Notice Information
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 InfuserNHS 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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}