Planning

Pressure Infusers and Associated Products

NHS SUPPLY CHAIN OPERATED BY SUPPLY CHAIN COORDINATION LTD (SCCL)

This public procurement record has 1 release in its history.

Planning

06 Aug 2024 at 08:10

Summary of the contracting process

NHS Supply Chain, operated by Supply Chain Coordination Ltd (SCCL), is planning a procurement process for a framework agreement to supply Pressure Infusers and Associated Products, including Disposable Single Patient Use Pressure Infusers and Reusable Pressure Infusers. This procurement, classified under the CPV code 33194000 for transfusion and infusion devices, is in the planning stage and involves various delivery locations across the UK. The anticipated initial expenditure is estimated to be between £930,000 and £1,100,000 for the first year, with a total estimated value of approximately £4,400,000 over four years (2 + 2 term). The procurement process encompasses multiple lots and outlines requirements for ISO 9001:2015 certification, public and product liability insurance, and conformity to UK Medical Device Regulations or equivalent European standards. Key deadlines and additional information about supplier engagement and certification prerequisites are expected to be provided in the forthcoming contract notice, with future notices anticipated around 14 March 2025.

This tender represents an excellent opportunity for businesses involved in the manufacturing and supply of medical devices, particularly those specializing in infusion and transfusion technologies, to expand their market presence within the UK healthcare sector. Suppliers with robust quality assurance systems, public and product liability insurance, and relevant ISO certifications will be well-positioned to compete for this tender. Small and Medium Enterprises (SMEs) and innovative companies are encouraged to participate, with compliance to social value metrics, carbon reduction plans, and modern slavery assessments being crucial for progression. Those meeting these rigorous standards can significantly enhance their business growth and establish valuable contracts with a wide range of NHS entities and potentially other public and private healthcare organisations in the UK.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Pressure Infusers and Associated Products

Notice Description

Framework agreement for the supply of Pressure Infusers and Associated Products including Disposable Single Patient Use Pressure Infusers and Reusable Pressure Infusers. It is anticipated that initial expenditure will be in the region of PS 930,000 to PS 1,100,000 in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. Estimated value over the maximum 4 year Framework Agreement (2+2 Term) will be in the region of PS 4,400,000. The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion. NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies and/or services which it will make available for purchase by 1) any NHS Trust; 2) any other NHS entity; 3) any government department, agency or other statutory body and/or 4) any private sector entity active in the UK healthcare sector. Only NHS Supply Chain can order from the Framework Agreement and enter into contracts under it.

Lot Information

Estimated date of publication of contract notice

NHS Supply Chain seeks to establish a Framework Agreement for supply to NHS Supply Chain depots via the Stock route and to the NHS Supply Chain customer base via the E-Direct Route for the supply of Pressure Infuser products. This framework covers products that are used for the infusion of paternal IV fluids. The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 24 months. Products will be evaluated on a line by line basis. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS 850,000 to PS 1,000,000 in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

Reusable Pressure Infuser

NHS Supply Chain seeks to establish a Framework Agreement for supply to NHS Supply Chain depots via the Stock route and to the NHS Supply Chain customer base via the E-Direct Route for the supply of Pressure Infuser products. This framework covers products that are used for the infusion of paternal IV fluids. The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 24 months. Products will be evaluated on a line by line basis. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS 80,000 to PS 100,000 in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0487e3
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/024611-2024
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

33194000 - Devices and instruments for transfusion and infusion

33194100 - Devices and instruments for infusion

33194120 - Infusion supplies

Notice Value(s)

Tender Value
£4,400,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Aug 20241 years ago
Submission Deadline
Not specified
Future Notice Date
14 Mar 2025Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NHS SUPPLY CHAIN OPERATED BY SUPPLY CHAIN COORDINATION LTD (SCCL)
Contact Name
Carol Wray
Contact Email
carol.wray@supplychain.nhs.uk
Contact Phone
+44 7785926522

Buyer Location

Locality
LONDON
Postcode
SE1 8UG
Post Town
South East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI45 Lambeth
Delivery Location
Not specified

Local Authority
Lambeth
Electoral Ward
Waterloo & South Bank
Westminster Constituency
Vauxhall and Camberwell Green

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0487e3-2024-08-06T09:10:15+01:00",
    "date": "2024-08-06T09:10:15+01:00",
    "ocid": "ocds-h6vhtk-0487e3",
    "description": "The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission. - ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage, distribution and customer service. Further information in respect of certification requirements will be set out in the notice for the forthcoming procurement. If such certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain and provide evidence of ISO9001:2015 or equivalent for all relevant parties in the supply chain. - Public Liability Insurance cover of PS5m per claim in the name of the Applicant - Product Liability Insurance cover in the name of the Applicant of PS5m per claim or PS5m per claim and in the annual aggregate - Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to d-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable). If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Public Liability Insurance or Product Liability Insurance certification at time of tender submission then the requirement is that certification is in place prior to the commencement date of the framework agreement. Social Value https://www.gov.uk/government/publications/procurement-policy-note-0620-taking-account-of-social-value-in-the-award-of-central-government-contracts It's mandatory that NHS SC Tenders include 10% weighting to social value, with a mandatory question on 'Fighting Climate Change' and a question on managing Modern Slavery risks. Carbon Reduction Plan (CRPs) https://www.supplychain.nhs.uk/news-article/collaboration-with-suppliers-is-key-to-achieving-net-zero/ CRPs are a pass/fail criteria for NHS SC tenders. If you haven't included one in your tender submission, you won't progress to the next stage. This shouldn't be an entry barrier to SMEs or innovators, see link for information. Evergreen Assessment https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/Evergreen Assessment is a mandatory pass/fail requirement. If you can't confirm you have an Evergreen Assessment at tender stage, you won't progress further. MSAT - Modern Slavery Assessment Tool https://supplierregistration.cabinetoffice.gov.uk/ MSAT completion is a mandatory pass/fail at selection stage. Assessment is housed on the Government's Supplier Registration Portal. Suppliers must score a minimum of 41%. NHS SC is considering the use of lots for this procurement. However, it reserves the right not to as part of any future tender process. As part of its pre-tender strategy, NHS SC would also like to engage with suppliers of these products via a Request for Information (RFI). To complete the RFI document then please follow the below instructions; REGISTRATION 1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS SC Procurement portal. 2. If not yet registered: - Click on the 'Not Registered Yet' link to access the registration page. - Complete the registration pages as guided by the mini guide found on the landing page. PORTAL ACCESS If registration has been completed: - Login with URL https://nhssupplychain.app.jaggaer.com - Click on \"SQs Open to All Suppliers\". EXPRESSION OF INTEREST - Find [Enter name of PIN] and click on the blue text and click on the blue text. Select Express interest.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-0487e3",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Pressure Infusers and Associated Products",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "33194000",
            "description": "Devices and instruments for transfusion and infusion"
        },
        "mainProcurementCategory": "goods",
        "description": "Framework agreement for the supply of Pressure Infusers and Associated Products including Disposable Single Patient Use Pressure Infusers and Reusable Pressure Infusers. It is anticipated that initial expenditure will be in the region of PS 930,000 to PS 1,100,000 in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. Estimated value over the maximum 4 year Framework Agreement (2+2 Term) will be in the region of PS 4,400,000. The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion. NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies and/or services which it will make available for purchase by 1) any NHS Trust; 2) any other NHS entity; 3) any government department, agency or other statutory body and/or 4) any private sector entity active in the UK healthcare sector. Only NHS Supply Chain can order from the Framework Agreement and enter into contracts under it.",
        "value": {
            "amount": 4400000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "Lot 1",
                "title": "Estimated date of publication of contract notice",
                "description": "NHS Supply Chain seeks to establish a Framework Agreement for supply to NHS Supply Chain depots via the Stock route and to the NHS Supply Chain customer base via the E-Direct Route for the supply of Pressure Infuser products. This framework covers products that are used for the infusion of paternal IV fluids. The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 24 months. Products will be evaluated on a line by line basis. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS 850,000 to PS 1,000,000 in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.",
                "status": "planned"
            },
            {
                "id": "Lot 2",
                "title": "Reusable Pressure Infuser",
                "description": "NHS Supply Chain seeks to establish a Framework Agreement for supply to NHS Supply Chain depots via the Stock route and to the NHS Supply Chain customer base via the E-Direct Route for the supply of Pressure Infuser products. This framework covers products that are used for the infusion of paternal IV fluids. The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 24 months. Products will be evaluated on a line by line basis. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS 80,000 to PS 100,000 in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "Lot 1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33194000",
                        "description": "Devices and instruments for transfusion and infusion"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33194100",
                        "description": "Devices and instruments for infusion"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33194120",
                        "description": "Infusion supplies"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Various Locations in the UK"
                },
                "relatedLot": "Lot 1"
            },
            {
                "id": "Lot 2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33194000",
                        "description": "Devices and instruments for transfusion and infusion"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33194100",
                        "description": "Devices and instruments for infusion"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33194120",
                        "description": "Infusion supplies"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Various Locations in the UK"
                },
                "relatedLot": "Lot 2"
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-03-14T00:00:00Z",
            "atypicalToolUrl": "https://nhssupplychain.app.jaggaer.com/"
        },
        "coveredBy": [
            "GPA"
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-61394",
            "name": "NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)",
            "identifier": {
                "legalName": "NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)"
            },
            "address": {
                "streetAddress": "Wellington House, 133-155 Waterloo Road",
                "locality": "London",
                "region": "UKI4",
                "postalCode": "SE1 8UG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Carol Wray",
                "telephone": "+44 7785926522",
                "email": "carol.wray@supplychain.nhs.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-of-health",
                "buyerProfile": "https://www.gov.uk/government/organisations/department-of-health/about/procurement",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "NATIONAL_AGENCY",
                        "description": "National or federal agency/office"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-72147",
            "name": "NHS Supply Chain",
            "identifier": {
                "legalName": "NHS Supply Chain"
            },
            "address": {
                "streetAddress": "Foxbridge Way",
                "locality": "Normanton",
                "region": "UKE4",
                "postalCode": "WF6 1TL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Carol Wray",
                "email": "carol.wray@supplychain.nhs.uk"
            },
            "roles": [
                "processContactPoint"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-of-health",
                "buyerProfile": "https://www.gov.uk/government/organisations/department-of-health/about/procurement"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-61394",
        "name": "NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)"
    },
    "language": "en"
}