Planning

Respiratory Solutions

  • NHS Supply Chain

F01: Prior information notice (prior information only)

Notice identifier: 2021/S 000-000406

Procurement identifier (OCID): ocds-h6vhtk-0038bf-integration

Published 4 February 2021, 12:12pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain

Skipton House, 80 London Road

London

Contact

Halina Luczynska

Email

alina.luczynska@supplychain.nhs.uk

Telephone

+44 7929872489

Country

United Kingdom

NUTS code

UKI4 - Inner London – East

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-of-health

one.3) Communication

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Respiratory Solutions

two.1.2) Main CPV code

  • 33141200 - Catheters

two.1.3) Type of contract

Supplies

two.1.4) Short description

This framework is for the supply of respiratory solutions with products covering: oxygen, aerosol, respiratory therapies, diagnostic tools, sterile water and humidification.Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of GBP 12 500 000 to GBP 15 000 000 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. Estimated total value of GBP 50 000 000 to GBP 60 000 000 (2 + 2 year term).

two.1.5) Estimated total value

Value excluding VAT: £60,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Maximum number of lots that may be awarded to one tenderer: 4

two.2) Description

two.2.1) Title

Oxygen Therapy

Lot No

1

two.2.2) Additional CPV code(s)

  • 33141200 - Catheters
  • 33141600 - Collector and collection bags, drainage and kits
  • 33157000 - Gas-therapy and respiratory devices
  • 33157110 - Oxygen mask
  • 33157200 - Oxygen kits
  • 33157400 - Medical breathing devices
  • 33157800 - Oxygen administration unit
  • 33157810 - Oxygen therapy unit
  • 33162000 - Operating theatre devices and instruments
  • 33171000 - Instruments for anaesthesia and resuscitation
  • 33172000 - Anaesthesia and resuscitation devices

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Products within this lot are oxygen therapy products used to administer oxygen. Products will include but are not limited to: oxygen facemasks, nasal cannula, venturi valves, tracheostomy facemasks, oxygen tubing, flowmeters, oxygen catheters and oxygen therapy adaptors/connectors.

two.2.14) Additional information

Precise quantities are unknown. Estimated total value of GBP 15 00 000 (2 + 2 year term). Excluding VAT.

two.2) Description

two.2.1) Title

Aerosol Therapy

Lot No

2

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables
  • 33157000 - Gas-therapy and respiratory devices

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Products within this lot are aerosol therapy products used to administer medicines via the breathing of a patient. Products will include but are not limited to: nebuliser products, nebuliser filter, compressor nebulisation, spacer for metered doe inhaler, valved tee adaptor, and aerosol facemasks.

two.2.14) Additional information

Precise quantities are unknown. Estimated total value of GBP 15 00 000 (2 + 2 year term). Excluding VAT.

two.2) Description

two.2.1) Title

Respiratory Therapy

Lot No

3

two.2.2) Additional CPV code(s)

  • 33100000 - Medical equipments
  • 33170000 - Anaesthesia and resuscitation

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Products within this lot are respiratory therapy products used to administer oxygen via the breathing of a patient. Products will include but are not limited to: mucus clearing devices including cough assist and inspiratory muscle trainer.

two.2.14) Additional information

Precise quantities are unknown. Estimated total value of GBP 15 000 000 (2 + 2 year term). Excluding VAT.

two.2) Description

two.2.1) Title

Anaesthesia and Resuscitation

Lot No

4

two.2.2) Additional CPV code(s)

  • 33100000 - Medical equipments

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Products within this lot are anaesthesia and resuscitation products. Products will include but are not limited to: anaesthetic facemask, carbon dioxide absorbers, manual resuscitators, resuscitation breathing systems, reservoir bags, CPR masks, resuscitation mannequins, anaesthetic tray, corrugated and smooth tubing, CO2 curvettes, expiratory valve, water trap and infant resuscitation.

two.2.14) Additional information

Precise quantities are unknown. Estimated total value of GBP 12 000 000 (2 + 2 year term). Excluding VAT

two.3) Estimated date of publication of contract notice

26 August 2021


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

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 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. 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 in the name of the applicant of GBP 5 million per claim,— product liability insurance in the name of the applicant of GBP 5 million per claim,— 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 any of the above at the time of their tender submission then the requirement is that such certification is in place prior to the commencement date of the framework agreement (in order for NHS Supply Chain to place orders with the successful applicant).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.Whilst it is anticipated that initial expenditure under any forthcoming procurement will be in the region of GBP 12 500 000 to GBP 15 000 000 for this contract award, this is approximate only and the values will be to such level as those purchasing under the Framework agreement consider necessary to provide suitable requirements.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/or4) 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.NHS Supply Chain would like to engage with the market ahead of the tender being published to gauge market understanding and awareness of Supply Chain Due Diligence and to inform the approach for the next tender.In addition, as part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI).If you would like to complete the request for information (RFI) and Appendix 1 documents in respect of the products which are the subject of this procurement, then please follow the below instructions.Candidates wishing to complete the RFI must first register their expression of interest on the NHS Supply Chain eProcurement Portal via the following URL: https://nhssupplychain.app.jaggaer.com/. If you are not already registered, complete the registration process first to allow access to express interest in this opportunity. The RFI document will then be sent via the Jaggaer ‘Messages Tab’. Applicants will then have 4 weeks from the dispatch of this notice to complete and return the RFI document. Candidates 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.