Central Venous Catheters and Associated Products
A Addendum Notice
by NHS SUPPLY CHAIN
- Source
- Find a Tender
- Type
- Contract (Goods)
- Duration
- not specified
- Value
- ___
- Sector
- HEALTH
- Published
- 16 Jan 2025
- Delivery
- not specified
- Deadline
- n/a
Concepts
Location
1 buyer
- NHS Supply Chain London
Description
NHS Supply Chain seek to establish a Framework agreement for the supply of Central Venous Catheters and Associated Products including but not limited to Arterial Lines, Arterial Cannula, Central Venous Catheters (Tunnelled / Non-Tunnelled), Catheter Fixation / Securement Devices, Port Introducers, Implantable Ports (Chest / Arm), Introducers, Tunnelling Rods, Midlines, PICCs, Vascular Catheters, Safety Huber Needles (with / without Y-Site), Wireless ECG Tip Location Systems and their Accessories, and Repair Kits. The Framework Agreement will be for supply of Central Venous Catheters and Associated Products to NHS Supply Chain and to the NHS Supply Chain customer base via the E-Direct Route. The Framework term will be on a 2+ 2 year basis (with a maximum term of 48 months). It is anticipated that initial expenditure will be in the region of £30,000,000 to £34,125,000 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 value over the maximum 4 year Framework Agreement (2 + 2 Term) will be in the region of £120,000,000 to £136,500,000. 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.
Ammendments to Previous Notice
2. VI.3
The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of Please note 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. Further information in respect of certification requirements will be set out in the notice 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 in the name of the Applicant of £5m per claim or £5m per claim and in the annual aggregate- -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). If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Public Liability Insurance or Product Liability Insurance certification 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. 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-taking-account-ofsocial-value-in-the-award-of-central-government-contracts. In addition, 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. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value. 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 document in respect of the products which are the subject of this procurement, then please follow the below instructions; 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 the following ITT: ITT_1563 - Project_1201 - Central Venous Catheters cancelled and Associated Products 2026 Please note: you must respond to ITT_1563 — Click on Express Interest. — If you intend to respond select Intend to Respond. is superseded by notice reference 2025/S 000-001530, Project_1506, ITT_1631
CPV Codes
- 33141000 - Disposable non-chemical medical consumables and haematological consumables
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. **
Reference
- ocds-h6vhtk-048571
- FTS 001582-2025