Needlefree Connection Systems and Associated Products (Великобритания (Англия, Шотландия, Уэльс) - Тендер #50130863) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Великобритания (Англия, Шотландия, Уэльс) (другие тендеры и закупки Великобритания (Англия, Шотландия, Уэльс)) Организатор тендера: NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL) Номер конкурса: 50130863 Дата публикации: 10-01-2024 Источник тендера: Государственные закупки Уэльса (часть Соединённого Королевства Великобритании и Северной Ирландии) |
||
Title: | Needlefree Connection Systems and Associated Products |
OCID: | ocds-h6vhtk-03e21a |
Published by: | NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL) |
Authority ID: | AA82924 |
Publication Date: | 10/01/2024 |
Deadline Date: | 07/02/2024 |
Deadline Time: | 15:00 |
Notice Type: | Contract Notice |
Has Documents: | No |
Has SPD: | No |
Abstract: |
A small, stand-alone, Luer-activated needleless plastic valve intended to mate two related intravenous (IV) line devices [e.g., hypodermic syringe and catheter port or tubing from an IV administration set] and hold them in a secured, sealed, locked position until disconnection. It is a device that allow connection of a syringe to a vascular access device whilst eliminating the use of needles when administering fluids or medication to a patient. |
NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)
Equinox House City Link
Nottingham
NG2 4LA
UK
Contact person: Callie Barry
E-mail: callie.barry1@supplychain.nhs.uk
NUTS: UKI4
Internet address(es)
Main address: https://www.gov.uk/government/organisations/department-of-health
Address of the buyer profile: https://www.gov.uk/government/organisations/department-of-health/about/procurement
The contract is awarded by a central purchasing body
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://nhssupplychain.app.jaggaer.com//
Additional information can be obtained from another address:
NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
UK
Contact person: Callie Barry
E-mail: callie.barry1@supplychain.nhs.uk
NUTS: UKF14
Internet address(es)
Main address: https://www.gov.uk/government/organisations/department-of-health
Address of the buyer profile: https://www.gov.uk/government/organisations/department-of-health/about/procurement
Tenders or requests to participate must be sent electronically to:
https://nhssupplychain.app.jaggaer.com//
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://nhssupplychain.app.jaggaer.com//
National or federal agency/office
Health
Needlefree Connection Systems and Associated Products
II.1.2) Main CPV code33194000
II.1.3) Type of contractSupplies
II.1.4) Short descriptionThe NHS Supply Chain Needlefree Connection Systems and Associated Products Framework is intended to cover Needlefree connectors, extension sets and accessories . It is anticipated in the first year that spend will be approximately £30,000,000 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.
II.1.5) Estimated total valueValue excluding VAT: 115 000 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: Yes
Tenders may be submitted for maximum 3 lots
Maximum number of lots that may be awarded to one tenderer: 3
Lot No: Lot 1
II.2.1) TitleNeedle-free Valve and Connectors
II.2.2) Additional CPV code(s)33194100
33194120
33194200
II.2.3) Place of performanceNUTS code:
UK
Main site or place of performance:
Various Locations in the UK
II.2.4) Description of the procurementA small, stand-alone, Luer-activated needleless plastic valve intended to mate two related intravenous (IV) line devices [e.g., hypodermic syringe and catheter port or tubing from an IV administration set] and hold them in a secured, sealed, locked position until disconnection. It is a device that allow connection of a syringe to a vascular access device whilst eliminating the use of needles when administering fluids or medication to a patient.
II.2.5) Award criteriaCriteria below:
Quality criterion: Training and Education Value Add Programmes / Weighting: 15
Quality criterion: Sustainibility / Weighting: 10
Price / Weighting: 75
II.2.6) Estimated valueValue excluding VAT: 30 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: Yes
Description of options:
This Framework Agreement will have the option to extend incrementally for a period up to 48 months
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationPrecise quantities are unknown. It is anticipated that initial expenditure will be in the region of £7,500,000 in the first year for Lot 1 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.
Lot No: Lot 2
II.2.1) TitleNeedle-free Extension Sets.
II.2.2) Additional CPV code(s)33194100
33194120
33194200
II.2.3) Place of performanceNUTS code:
UK
Main site or place of performance:
Various Locations in the UK
II.2.4) Description of the procurementA collection of tubing/s with integrated needle-free connector and valve, intended to establish an extension to allow repeated access to the intravenous system eliminating the use of needles. For example these may be made from either Polyethylene, Polyethylene lined PVC, PVC, or Polyurethane.
II.2.5) Award criteriaCriteria below:
Quality criterion: Training and Education Value Add Programmes / Weighting: 15
Quality criterion: Sustainibility / Weighting: 10
Price / Weighting: 75
II.2.6) Estimated valueValue excluding VAT: 75 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: Yes
Description of options:
This Framework Agreement will have the option to extend incrementally for a period up to 48 months
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationPrecise quantities are unknown. It is anticipated that initial expenditure will be in the region of £18,750,000 in the first year for Lot 2 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.
Lot No: Lot 3
II.2.1) TitleNeedle-free accessories, associated products and Closed System Transfer Devices
II.2.2) Additional CPV code(s)33194100
33194120
33194200
II.2.3) Place of performanceNUTS code:
UK
Main site or place of performance:
Various Locations in the UK
II.2.4) Description of the procurementDisinfection Caps (Luer-formatted disinfection caps)
A small, non-invasive, closed-ended Luer attachment intended to be attached to a connector in an intravenous line (e.g., needleless valve, Luer access valve, male Luer connector) to disinfect the valve surface and/or maintain disinfection, and for protection. For Example, a synthetic polymer cap containing a foam material saturated with isopropyl alcohol (IPA) as the disinfectant; it may contain other components. Closed System transfer devices (CSTD) - These are medication transfer sterile devices designed to transfer parenteral medications(e.g., intravenous (IV) fluids, drugs] between a first container(s) [e.g., a vial(s) and a second container or administration line (e.g., an IV bag/line) in a non-powered closed system; it may also be used to compound and/or reconstitute medication for its preparation and administration. It is available in a variety of configurations and typically includes vials, tubes, connectors, spikes, syringes, and caps. This is a single-use device.
II.2.5) Award criteriaCriteria below:
Quality criterion: Training and Education Value Add Programmes / Weighting: 15
Quality criterion: Sustainibility / Weighting: 10
Price / Weighting: 75
II.2.6) Estimated valueValue excluding VAT: 10 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: Yes
Description of options:
This Framework Agreement will have the option to extend incrementally for a period up to 48 months
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationPrecise quantities are unknown. It is anticipated that initial expenditure will be in the region of £2,500,000 in the first year for Lot 1 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.
List and brief description of conditions:
Applicants should refer to II.2 of this Contract Notice for further details in respect of appointment to the individual Lots across the Framework Agreement.
Applicants may bid for one, more than one or all of the Lots and Applicants should refer to the Invitation to Tender for more information in respect of this.
The term of contracts formed under the Framework Agreement may continue beyond the end of the term of the Framework Agreement itself.
NHS Supply Chain expects to provide successful Suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing, value added offerings and commitment initiatives.
NHS Supply Chain will share savings information in order to assist its customers with making informed procurement decisions.
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 (for the avoidance of doubt including local authorities) 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.
Electronic ordering will be used and electronic invoicing will be accepted and electronic payment will be used. For the avoidance of doubt, and notwithstanding the estimate indicated at II.2.1, NHS Supply Chain does not guarantee any level of purchase through the framework and advises Applicants that the framework shall be established on a non-exclusive basis. Tenders and all supporting documentation for the contract must be priced in sterling and written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts. NHS Supply Chain is not liable for any costs (including any third party costs fees or expenses incurred by those expressing an interest, participating or tendering for this contract opportunity. NHS Supply Chain reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time, or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means. The most economically advantageous or any tender will not automatically be accepted. All communications must be made through NHS Supply Chain"s eTendering portal at https://nhssupplychain.app.jaggaer.com// using the Message Centre facility linked to this particular contract notice.
Please note that the maximum number of suppliers as set out in IV.1.3 is an estimate only.
III.1.2) Economic and financial standingMinimum level(s) of standards required:
Parent company or other guarantees may be required in certain circumstances. Further details will be in the tender documents.
III.1.3) Technical and professional abilityMinimum level(s) of standards required:
The Contracting Authority reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.
The Framework Agreement includes obligations with respect to environmental issues and a requirement for successful suppliers to comply with the NHS Supply Chain Code of Conduct.
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 25
IV.1.6) Information about electronic auctionAn electronic auction will be used
Additional information about electronic auction:
Although an electronic auction will not be used to award all or part of the requirements of the Framework Agreement the use of eAuctions may be an option as part of any contracts awarded under the Framework Agreement.
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: Yes
Notice number in the OJ S:
2023/S 000-020325
IV.2.2) Time limit for receipt of tenders or requests to participateDate: 07/02/2024
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 7 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tendersDate: 08/02/2024
Local time: 09:00
This is a recurrent procurement: No
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
Submission of expression of interest and procurement specific information:
This procurement exercise will be conducted on the NHS Supply Chain eTendering portal at
https://nhssupplychain.app.jaggaer.com//
Candidates wishing to be considered for this contract must register their expression of
interest and provide additional procurement-specific information (if required) through the
NHS Supply Chain eTendering portal as follows:
Registration.
1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain
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 ITTs Open to All Suppliers.
— Select from the following ITTs:
ITT_1159 Needlefree Connection Systems and Associated Products
ITT_1160 - Lot 1 - Needle-free Valve and Connectors
ITT_1161 - Lot 2 - Needle-free Extension Sets.
ITT_1162 - Lot 3 - Needle-free accessories, associated products and Closed System Transfer Devices
Please note: you must respond to IT_1120 In addition to any lots you intend to respond to.
— Click on Express Interest.
— If you intend to respond select Intend to Respond.
Applicants are encouraged to download the supplier handbook located within the eProcurement portal by following the "Supplier Helpcentre" link within the Useful Links section of the Dashboard.
For any technical help with the portal please contact:
Tel: 0800 069 8630 or email: help_uk@jaggaer.com
Please refer to Section III.1.1 for additional information.
Not Applicable
Not Applicable
UK
VI.4.3) Review procedurePrecise information on deadline(s) for review procedures:
Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended)
08/01/2024
Information added to the notice since publication.
Additional information added to the notice since it"s publication.No further information has been uploaded. |
Main Contact: | callie.barry1@supplychain.nhs.uk |
Admin Contact: | N/a |
Technical Contact: | N/a |
Other Contact: | N/a |
ID | Title | Parent Category |
---|---|---|
33194100 | Devices and instruments for infusion | Devices and instruments for transfusion and infusion |
33194200 | Devices and instruments for transfusion | Devices and instruments for transfusion and infusion |
33194000 | Devices and instruments for transfusion and infusion | Miscellaneous medical devices and products |
33194120 | Infusion supplies | Devices and instruments for transfusion and infusion |
ID | Description |
---|---|
100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region RestrictionsThere are no alert restrictions for this notice. |