Planning

Needlefree Connection Systems and Associated Products 2025

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

This public procurement record has 1 release in its history.

Planning

09 Sep 2024 at 16:08

Summary of the contracting process

NHS Supply Chain, operated by Supply Chain Coordination Ltd (SCCL), is planning a procurement process for Needlefree Connection Systems and Associated Products in 2025. This procurement falls under the devices and instruments for transfusion and infusion industry category. The upcoming tender covers various locations across the UK and includes key dates such as a future notice on 17th October 2024. The procurement stage is currently in the planning phase, and the procurement method will include separate notices for the invitation to tender. The total estimated value is £100,000,000 GBP, with initial expenditures across four lots expected to begin in the first year, covering products like Needlefree Connectors/Valves and Needlefree Extension Sets among others.

This tender presents significant business growth opportunities for companies specialising in medical devices and supply chain solutions, particularly those with capabilities in manufacturing, storage, and distribution. Businesses with ISO 9001: 2015 accreditation, compliance with UK Medical Device Regulations, and a strong economic and financial standing will be well-suited to compete. Emphasis will also be placed on sustainability and social value, including carbon reduction plans and modern slavery assessments. The framework agreement will cater to NHS entities, government departments, and private sector entities in the UK healthcare sector, offering a valuable chance to secure long-term contracts and expand market reach.

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

Notice Title

Needlefree Connection Systems and Associated Products 2025

Notice Description

The NHS Supply Chain Needlefree Connection Systems and Associated Products Framework 2025 is intended to cover Needlefree connectors, extension sets and accessories . Lot 1 Needlefree Connectors/Valves. Lot 2 Needlefree Extension Sets. Lot 3 Needlefree Closed System Transfer Devices. Lot 4 Needlefree Associated Products. It is anticipated in the first year that spend will be approximately PS25,000,000 GBP, however this is approximate only and may vary depending on requirements of bodies purchasing under the Framework. The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies from suppliers not appointed to the Framework at its sole discretion. NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies 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

Needlefree Connectors/Valves

Needlfree Connector/Valve, including Positive, Negative and Neutral fluid displacement, bi-directional fluid displacement and arterial. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS6,000,000 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.

Needlefree Extension Sets

Needlfree Extension sets, including single, double, triple, quad and Five Lumen. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS16.000.000 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.

Needlefree Closed System Transfer Devices

Needlefree Closed system transfer devices. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS1,000,000 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.

Needlefree Associated Products

Needlefree Associated Products including bag spike dispensing pins, disinfectant caps, stopcock and other accessories. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS2,000,000 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-049962
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/028850-2024
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

33194200 - Devices and instruments for transfusion

Notice Value(s)

Tender Value
£100,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Sep 20241 years ago
Submission Deadline
Not specified
Future Notice Date
16 Oct 2024Expired
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
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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-049962-2024-09-09T17:08:07+01:00",
    "date": "2024-09-09T17:08:07+01:00",
    "ocid": "ocds-h6vhtk-049962",
    "description": "The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during the subsequent 12 months. The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time. 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 accredited by the United Kingdom Accreditation Service (or equivalent) to cover all segments of the Applicant's and the product's supply chain. This should include, but not be limited to, manufacturing, storage and distribution. If Quality Assurance Standard 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. - 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). - MHRA registration of any medical devices, in compliance with the Medical Devices Regulations 2022 (SI 2022 No 618, as amended) (UK MDR 2022). NHS Supply Chain will assess the Applicant's economic and financial standing (or that of the entity or entities the Applicant is relying upon). Documentary evidence of this will be required at tender stage. NHS Supply Chain will be assessing Sustainability and Social Value requirements as part of the upcoming tender process: > Carbon reduction Plan - All suppliers of new contracts for goods, services and works are required to publish a Carbon Reduction Plan (CRP) (PPN 06/21). This will be a pass/fail requirement at SQ stage of the upcoming tender. > Social Value Requirements - All procurements will include a minimum 10% net zero and social value weighting. Questions in the upcoming tender will form part of the Non-Financial criteria. Should the upcoming tender be identified as Medium or High risk in relation to modern slavery, a pass/fail requirement will be implemented in relation to a Modern Slavery Social Value question, with a score of 2 or above required to achieve a pass. >Evergreen Assessment - All Suppliers are required to complete an Evergreen Supplier Assessment. This will be a pass/fail requirement at SQ stage of the upcoming tender. > NHS England Supplier Roadmap - The NHS net zero supplier roadmap sets out the steps suppliers must take to align with the NHS net zero ambition between now and 2030. > Modern Slavery - All suppliers must complete and maintain an up-to-date Modern Slavery Assessment Tool (MSAT) as a minimum requirement (PPN 02/23). This will be a pass/fail requirement at SQ stage of the upcoming tender. As part of its pre-tender strategy, NHS Supply Chain anticipates engaging with suppliers of these products via an expression of interest. Please follow the guidance below: PORTAL ACCESS - Login with URL https://nhssupplychain.app.jaggaer.com// - Click on \"SQs Open to All Suppliers\" and search for the title of the procurement. EXPRESSION OF INTEREST - Click on the 'EXPRESS INTEREST' button in the top right corner. RFI - The Request for Information Document will be available in the Qualification envelope and attachments tab. The closing date for responses to the RFI will be indicated here.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-049962",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Needlefree Connection Systems and Associated Products 2025",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "33194000",
            "description": "Devices and instruments for transfusion and infusion"
        },
        "mainProcurementCategory": "goods",
        "description": "The NHS Supply Chain Needlefree Connection Systems and Associated Products Framework 2025 is intended to cover Needlefree connectors, extension sets and accessories . Lot 1 Needlefree Connectors/Valves. Lot 2 Needlefree Extension Sets. Lot 3 Needlefree Closed System Transfer Devices. Lot 4 Needlefree Associated Products. It is anticipated in the first year that spend will be approximately PS25,000,000 GBP, however this is approximate only and may vary depending on requirements of bodies purchasing under the Framework. The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies from suppliers not appointed to the Framework at its sole discretion. NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies 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": 100000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 4
        },
        "lots": [
            {
                "id": "Lot 1",
                "title": "Needlefree Connectors/Valves",
                "description": "Needlfree Connector/Valve, including Positive, Negative and Neutral fluid displacement, bi-directional fluid displacement and arterial. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS6,000,000 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": "Needlefree Extension Sets",
                "description": "Needlfree Extension sets, including single, double, triple, quad and Five Lumen. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS16.000.000 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 3",
                "title": "Needlefree Closed System Transfer Devices",
                "description": "Needlefree Closed system transfer devices. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS1,000,000 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 4",
                "title": "Needlefree Associated Products",
                "description": "Needlefree Associated Products including bag spike dispensing pins, disinfectant caps, stopcock and other accessories. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS2,000,000 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"
            }
        ],
        "items": [
            {
                "id": "Lot 1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33194100",
                        "description": "Devices and instruments for infusion"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33194120",
                        "description": "Infusion supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33194200",
                        "description": "Devices and instruments for transfusion"
                    }
                ],
                "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"
            },
            {
                "id": "Lot 3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33194100",
                        "description": "Devices and instruments for infusion"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33194120",
                        "description": "Infusion supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33194200",
                        "description": "Devices and instruments for transfusion"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Various Locations in the UK"
                },
                "relatedLot": "Lot 3"
            },
            {
                "id": "Lot 4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33194100",
                        "description": "Devices and instruments for infusion"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33194120",
                        "description": "Infusion supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33194200",
                        "description": "Devices and instruments for transfusion"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Various Locations in the UK"
                },
                "relatedLot": "Lot 4"
            }
        ],
        "communication": {
            "futureNoticeDate": "2024-10-17T00:00:00+01:00",
            "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": "Shaun Jones",
                "email": "shaun.jones@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": "Shaun Jones",
                "email": "Shaun.jones@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"
}