Reusable Plastic Medical Hollowware

A Prior Information Notice
by NHS SUPPLY CHAIN

Source
Find a Tender
Type
Contract (Goods)
Duration
not specified
Value
£0-£2M
Sector
HEALTH
Published
03 Feb 2025
Delivery
not specified
Deadline
n/a

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 0 suppliers
NHS Supply Chain
Leaflet | Map tiles by Stamen Design, under CC BY 3.0. Data by OpenStreetMap, under ODbL.

1 buyer

Description

NHS Supply Chain seeks to establish a Framework Agreement which will cover a range of Reusable Plastic Medical Hollowware products, including, but not limited to, bed pans/urinals, medicine pots (including gallipots & denture pots), jugs, medicine spoons, instrument trays, kidney dishes, lotion bowls and wash bowls. The estimated value over the total Framework Agreement term is expected to be in the region of £1,897,960 (ex VAT) however this is approximate only. It is anticipated that in the first 12 months of the Framework Agreement the value of purchases will be circa £384,490 (ex VAT) however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.

Total Quantity or Scope

Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be £384,490 (ex VAT) 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.

CPV Codes

  • 33140000 - Medical consumables

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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). The Insurance set out below, acceptable evidence of which should be an Insurance Certificate or a signed Broker’s letter. Employers liability Insurance cover of £5m per claim in the name of the Applicant Public Liability Insurance cover of £2m per claim in the name of the Applicant Product Liability Insurance cover of £2m in the name of the Applicant 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 wit 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.

Reference

Domains