Advanced Wound Care

A Prior Information Notice
by NHS SUPPLY CHAIN

Source
Find a Tender
Type
Future Contract (Supply)
Duration
not specified
Value
476M
Sector
HEALTH
Published
12 Dec 2023
Delivery
not specified
Deadline
n/a

Concepts

Location

London

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

The scope of this Framework is to cover a large range of products to help influence ideal wound healing environments. The products are used to provide pathogen-free protection and/or moisten areas for healing of wounds to occur as well as prevent infection and skin breakage including, but not limited to film dressings and associated products, skin protectants, non-woven island dressings, super absorbent dressings, dressings pads and others. It is anticipated that initial expenditure for this Framework will be circa £104,298,354.855 to £113,467,734.60 GBP in the first year of the this Framework Agreement. If the Framework Agreement is extended to the maximum duration, the anticipated expenditure will be circa £344,864,163.77 to £475,707,599.04 GBP. These are approximates only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

Total Quantity or Scope

NHS Supply Chain is currently considering using the following lots for this procurement. However, it reserves the right to change any aspect of the lotting structure or not use lots as part of any future tender process. Further information in respect of the lotting strategy will be updated via this PIN subject to stakeholder engagement. Lot titles: 1) Silicone foam dressings bordered and non-bordered; 2) Foam dressings bordered and non-bordered; 3) Enhanced Foam Dressings; 4) Silicone Wound Contact Layers; 5) Wound Contact Layers; 6) Gelling Fibres; 7) Alginate Dressing; 8) Hydrocolloid Dressings and Hydrogels; 9) Adhesive Removers; 10) Antimicrobials; 11) Burns and Scar and Skin Management; 12) Wound Irrigation; 13) Speciality Wound Care; 14) Debridement (Under Consideration); 15) Film Dressings Core Sizes (Under Consideration); 16) Film Island Dressings Core Sizes (Under Consideration); 17) Film Dressings and Fixation Devices (Under Consideration); 18) Barrier Films Core Sizes (Under Consideration); 19) Barrier Creams Core Sizes (Under Consideration); 20) Skin Protectants (Under Consideration); 21) Non-Woven Island Dressings (Under Consideration); 22) Backed Super Absorbent Dressing Core Sizes (Under Consideration); 23) Non-Backed Super Absorbent Dressing Core Sizes (Under Consideration); 24) Super Absorbent Dressings (Under Consideration); 25) Dressing Pads (Under Consideration); 26) Emollients (Under Consideration). 27) Other lots (TBC) As evidence of compliance to the specification, applicants maybe required to submit ward ready samples for each tendered product. 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. NHS Supply Chain are exploring the possibility of a 2+2 framework agreement having a total term of 4 years. NHS Supply Chain reserves the right to re-open competition under this framework agreement, with the successfully awarded applicants. Please note, product testing may be used at any point during the tender process and throughout the life of the framework agreement.

CPV Codes

  • 33140000 - Medical consumables
  • 33141111 - Adhesive dressings

Indicators

Other Information

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) 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 and distribution. Further information in respect of certification requirements will be set out in the notice and tender documents 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 £5m per claim in the name of the Applicant * Product Liability Insurance cover of £5m in the name of the Applicant * Employers Liability Insurance cover of £5m in the name of the Applicant * 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 NHS has adopted PPN 06/20 (taking account of Social Value in the award of Government Contracts) 2022, and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award. For more information on Social Value and to understand what’s included in Social Value, please see: https://www.gov.uk/government/publications/procurement-policy-note-0620-takingac.... From April 2023: the NHS will adopt the Government’s ‘Taking Account of Carbon Reduction Plans‘ (PPN 06/21) requiring all suppliers with new contracts for goods, services, and/or works with an anticipated contract value above £5 million per annum, to publish a carbon reduction plan for their direct emissions. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value. Suppliers will also be required to complete the Evergreen Assessment. 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) - guidance below: 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 - 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. - Express an interest by clicking on the ‘EXPRESS INTEREST’ button in the top right corner. REQUEST FOR INFORMATION DOCUMENT - The Request for Information Document will then be sent to you via the Jaggaer Messaging Centre, which Applicants will be asked to complete and return no later than 12/01/2024, RFI's received after this date may not be considered.

Reference

Domains