Obstetrics, Gynaecology & Sexual Health

A Prior Information Notice
by NHS SUPPLY CHAIN OPERATED BY SUPPLY CHAIN COORDINATION LTD (SCCL)

Source
Find a Tender
Type
Future Contract (Supply)
Duration
not specified
Value
62M
Sector
HEALTH
Published
06 Jun 2024
Delivery
not specified
Deadline
n/a

Concepts

Location

Various Locations in the UK

Geochart for 2 buyers and 0 suppliers

Description

The Framework Agreement will look to include the following range of products - Obstetric products and accessories, Maternity products and accessories, Gynaecological products and accessories, Birthing Pools, Condoms, IUD's, Diaphragms, Sterile Lubricants, Non-Sterile Lubricants, Probe Covers and Teaching Aids. Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £12m to £15.4m 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. The estimated value over the total Framework Agreement term (including any extension options) will be in the region of £48m to £61.6m. However these are approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

Lot Division

1 Obstetrics, Gynaecology

Should include but not limited to - umbilical clamps, umbilical catheters, foetal blood sampling kits, silver nitrate caustic pencils, circumcision devices, midwifery/district nurse bags, various plastic disposable single use instruments such as advanced and optimum vaginal speculums, cervical cell collection brushes, spatulas and applicators, coil removal, long handled scissors, sponge holders, thread retriever for use in IUD's curettes, dilators, amniotic hooks, uterine manipulator, catheters, specimen cups. Collection set for termination of pregnancy, modesty blankets, vacuum assisted devices for both vaginal and caesarean deliveries, fluid collection canisters, Perineal massage gel, vaginal moisturiser, gynaecological tests for bacterial vaginosis and the detection of amniotic fluid. Rehabilitation devices to aid pelvic floor muscles and also to treat vaginismus, vulval disease and pelvic pain. birthing pools.

2 Sexual Health

Should include but not limited to – Condoms, IUD's, IUS and Diaphragms, Sterile Lubricants, Non-Sterile Lubricants, Probe Covers, Teaching Aids and Period Products.

CPV Codes

  • 33140000 - Medical consumables
  • 85111300 - Gynaecological hospital services
  • 85111320 - Obstetrical hospital services
  • 85121210 - Gyneacologic or obstetric services
  • 03116000 - Natural rubber and latex, and associated products
  • 03116300 - Latex products
  • 24951100 - Lubricants
  • 33112000 - Echo, ultrasound and doppler imaging equipment
  • 33190000 - Miscellaneous medical devices and products
  • 33641000 - Medicinal products for the genitourinary system and sex hormones
  • 33641200 - Other gynaecologicals
  • 33641400 - Contraceptives
  • 33710000 - Perfumes, toiletries and condoms
  • 33712000 - Condoms

Indicators

Other 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. NHS Supply Chain is currently considering the use of Lots for this procurement. However, it reserves the right not to as part of any future tender process. Further information in respect of the Lot strategy will be set out in the notice for the forthcoming procurement. 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 £5m per claim in the name of the Applicant > Product Liability cover in the name of the applicant of £5m per claim or £5m per claim and in the annual aggregate. 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. All Applicants for this future tender must have a compliant Carbon Reduction Plan to be considered for the Framework Agreement (PPN 06/21). This future Framework Agreement will include some qualitative evaluation questions on Social Value with a minimum weighting of 10% towards the award (PPN 06/20). All Applicants bidding to be on any NHS Supply Chain Frameworks must submit an Evergreen Assessment as part of the tendering process. This must be completed annually, and the maturity score will be valid for 12 months. https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergr... As a minimum (and further requirements may be set out in the tender documents), Applicants are required to have a Modern Slavery Assessment (MSAT) completed within 12 months of the future tender close date (PPN 02/23). 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/bulk buy initiatives.

Reference

Domains