Supplies - 440748-2020

18/09/2020    S182

United Kingdom-Normanton: Personal care products

2020/S 182-440748

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: The Collaborative Procurement Partnership LLP acting on behalf of Supply Chain Coordination Ltd a Management Function of NHS Supply Chain
Postal address: Foxbridge way
Town: Normanton
NUTS code: UKE4 West Yorkshire
Postal code: WF6 1TL
Country: United Kingdom
Contact person: Shane Murphy
E-mail: shane.murphy@supplychain.nhs.uk
Telephone: +44 7970504023
Internet address(es):
Main address: www.supplychain.nhs.uk
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://procurement.supplychain.nhs.uk/ISS
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
National or federal agency/office
I.5)Main activity
Health

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Disposable and Washable Continence Care and Associated Products

II.1.2)Main CPV code
33700000 Personal care products
II.1.3)Type of contract
Supplies
II.1.4)Short description:

The precise quantities of the products that will be required by NHS Supply Chain under the terms of this framework agreement are unknown. However, it is anticipated that initial expenditure will be approximately GBP 98 806 250 in the first year of the framework agreement (such values may vary depending on the requirements of those bodies purchasing under the framework agreement). The estimated value over the total framework agreement term of 4 years is in the region of GBP 395 225 000 excluding VAT.

II.1.5)Estimated total value
Value excluding VAT: 395 225 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Adult Disposable Continence with Integral Fixation

Lot No: 1
II.2.2)Additional CPV code(s)
33700000 Personal care products
33000000 Medical equipments, pharmaceuticals and personal care products
33141621 Incontinence kit
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

Various locations in UK.

II.2.4)Description of the procurement:

This consists of the following minimum sub-lots:

Pull up pants

All in one pads

Belted.

These sub-lots are then split by backing type (where applicable) then absorbency, then product size.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Training and support / Weighting: 40
Quality criterion - Name: Service, supply and range availability / Weighting: 30
Quality criterion - Name: Product research and development / Weighting: 5
Quality criterion - Name: Sustainability / Weighting: 5
Price - Weighting: 20
II.2.6)Estimated value
Value excluding VAT: 165 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

This framework agreement will have the option to extend incrementally for a further period of up to 24 months in addition the initial 24 months set out in the framework agreement.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Adult Disposable Continence Pads for use with Fixation Pants

Lot No: 2
II.2.2)Additional CPV code(s)
33700000 Personal care products
33000000 Medical equipments, pharmaceuticals and personal care products
33141621 Incontinence kit
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

Various locations in UK.

II.2.4)Description of the procurement:

This consists of the following minimum sub-lots:

Shaped pad (In male)

Rectangular insert

Faecal.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Training and support / Weighting: 40
Quality criterion - Name: Service, supply and range availability / Weighting: 30
Quality criterion - Name: Product research and development / Weighting: 5
Quality criterion - Name: Sustainability / Weighting: 5
Price - Weighting: 20
II.2.6)Estimated value
Value excluding VAT: 155 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

This framework agreement will have the option to extend incrementally for a further period of up to 24 months in addition the initial 24 months set out in the framework agreement.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Fixation Pants for use with Disposable Pads

Lot No: 3
II.2.2)Additional CPV code(s)
33700000 Personal care products
33000000 Medical equipments, pharmaceuticals and personal care products
33141621 Incontinence kit
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

Various locations in UK.

II.2.4)Description of the procurement:

This consists of the following minimum sub-lots:

Fixation pants basic. With legs

Fixation pants comfort. Without legs

Fixation pants basic. Without legs

Fixation pants comfort. With legs.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Training and support / Weighting: 20
Quality criterion - Name: Service, supply and range availability / Weighting: 15
Quality criterion - Name: Product research and development / Weighting: 2.5
Quality criterion - Name: Sustainability / Weighting: 2.5
Price - Weighting: 60
II.2.6)Estimated value
Value excluding VAT: 20 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

This framework agreement will have the option to extend incrementally for a further period of up to 24 months in addition the initial 24 months set out in the framework agreement.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Paediatric Disposable Continence Products

Lot No: 4
II.2.2)Additional CPV code(s)
33700000 Personal care products
33000000 Medical equipments, pharmaceuticals and personal care products
33141621 Incontinence kit
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

Various locations in UK.

II.2.4)Description of the procurement:

This consists of the following minimum sub-lots:

Pull Ups,

Nappy's.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Training and support / Weighting: 40
Quality criterion - Name: Service, supply and range availability / Weighting: 30
Quality criterion - Name: Product research and development / Weighting: 5
Quality criterion - Name: Sustainability / Weighting: 5
Price - Weighting: 20
II.2.6)Estimated value
Value excluding VAT: 18 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

This framework agreement will have the option to extend incrementally for a further period of up to 24 months in addition the initial 24 months set out in the framework agreement.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Disposable Accessory Products

Lot No: 5
II.2.2)Additional CPV code(s)
33700000 Personal care products
33000000 Medical equipments, pharmaceuticals and personal care products
33141621 Incontinence kit
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

Various locations in UK.

II.2.4)Description of the procurement:

This consists of the following minimum sub-lots:

Procedure pad recycled

Procedure pad virgin fluff plus absorbency

Disposable sheets.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Training and support / Weighting: 40
Quality criterion - Name: Service, supply and range availability / Weighting: 30
Quality criterion - Name: Product research and development / Weighting: 5
Quality criterion - Name: Sustainability / Weighting: 5
Price - Weighting: 20
II.2.6)Estimated value
Value excluding VAT: 35 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

This framework agreement will have the option to extend incrementally for a further period of up to 24 months in addition the initial 24 months set out in the framework agreement.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Adult Washable Continence Products

Lot No: 6
II.2.2)Additional CPV code(s)
33700000 Personal care products
33000000 Medical equipments, pharmaceuticals and personal care products
33141621 Incontinence kit
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

Various locations in UK.

II.2.4)Description of the procurement:

This consists of the following minimum sub-lots:

Unisex pants, protective pants

Pouch pants, full brief pant

Cotton comfy, high leg

Lace high leg

Ladies shortie

Brief, boxers

Y-front, trunk

Bedtime pants

Men’s padded slip brief.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Training and support / Weighting: 40
Quality criterion - Name: Service, supply and range availability / Weighting: 30
Quality criterion - Name: Product research and development / Weighting: 5
Quality criterion - Name: Sustainability / Weighting: 5
Price - Weighting: 20
II.2.6)Estimated value
Value excluding VAT: 1 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

This framework agreement will have the option to extend incrementally for a further period of up to 24 months in addition the initial 24 months set out in the framework agreement.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Paediatric Washable Continence Products

Lot No: 7
II.2.2)Additional CPV code(s)
33700000 Personal care products
33000000 Medical equipments, pharmaceuticals and personal care products
33141621 Incontinence kit
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

Various locations in UK.

II.2.4)Description of the procurement:

This consists of the following minimum sub-lots:

Protective pants

Drop down trainer pants

Bedtime pants, concealed brief

Drop down pants (no pad)

Pull up padded boxers.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Training and support / Weighting: 40
Quality criterion - Name: Service, supply and range availability / Weighting: 30
Quality criterion - Name: Product research and development / Weighting: 5
Quality criterion - Name: Sustainability / Weighting: 5
Price - Weighting: 20
II.2.6)Estimated value
Value excluding VAT: 125 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

This framework agreement will have the option to extend incrementally for a further period of up to 24 months in addition the initial 24 months set out in the framework agreement.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Washable Accessory Products

Lot No: 8
II.2.2)Additional CPV code(s)
33700000 Personal care products
33000000 Medical equipments, pharmaceuticals and personal care products
33141621 Incontinence kit
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

Various locations in UK.

II.2.4)Description of the procurement:

This consists of the following minimum sub-lots:

Washable sheets

Seat protector pad

Mattress protector

Sleeping bag liner

Washable insert pad.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Training and support / Weighting: 40
Quality criterion - Name: Service, supply and range availability / Weighting: 30
Quality criterion - Name: Product research and development / Weighting: 5
Quality criterion - Name: Sustainability / Weighting: 5
Price - Weighting: 20
II.2.6)Estimated value
Value excluding VAT: 600 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

This framework agreement will have the option to extend incrementally for a further period of up to 24 months in addition the initial 24 months set out in the framework agreement.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2019/S 238-583010
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 19/10/2020
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.7)Conditions for opening of tenders
Date: 20/10/2020
Local time: 09:00
Information about authorised persons and opening procedure:

Only the NHS Supply Chain contract owner or delegate.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

Expression of interest.

— view contract notice content by clicking on the ‘View Notice’ button for the procurement event. This opens a PDF document,

— express an interest by clicking on the ‘Express Interest’ button,

— to start the response process after the expression of interest has been done, select the ‘My Active Opportunities’ option and click on the ‘Apply’ button,

— select the procurement event from the list by clicking on the description,

— in the detail view click on the orange coloured ‘Framework Agreement’ button to start responding to the tender.

Header level requirements:

— applicants are required to read all framework header documents which can be accessed using the ‘NHS Sc header Documents’ button, which is located in the ‘Select Framework’ tab,

— applicants are required to upload the documents requested using the ‘Supplier Header Documents’ button,which is located in the ‘Select Framework’ tab.

Lot level requirements:

— a preview of the lot line details can be viewed using the ‘Lot Header’ tab, by selecting the lot and using the‘Lot Line Information’ button. In order to respond to a lot, Applicants must select the relevant lot and then use the ‘Express Intent’ button. This expression of intent does not place any obligation on the Applicant to respond,the action unlocks the ability to respond,

— complete price offers per line for the lot by completing the required fields for the lines the applicant wants to include in the bid using the ‘Lot Line Detail’ tab. There are a number of mandatory fields to complete on a product line basis; these are highlighted in yellow in the ‘Lot Line Detail’ tab,

— applicants are required to answer all mandatory Lot specific questions found in the ‘Lot Evaluation Criteria’tab,

— applicants are then required to click on the ‘Terms and Conditions’ button in the ‘Submit Individual Lot Response(s)’ tab to view and accept the ISS terms and conditions,

— accept the ISS ‘Terms and Conditions’ button to access this function,

— submit lot response, by clicking on the ‘Submit Response to Selected lot’ button in the ‘Submit Individual Lot Response(s)’ tab to submit response for the lot. Each lot must be submitted independently,

— applicants are able to view their submission using the ‘Supplier Submission Report’ button, found in the‘Submit Individual Lot Response(s)’ tab.

Please refer to Section III.1.1 for additional information.

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 agreement at its sole discretion.

Whilst it is anticipated that expenditure under any forthcoming procurement will be in the region of 395 225 000 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.

The framework agreement will be between NHS Supply Chain and the Supplier, however:

1) NHS Supply Chain;

2) Any NHS Trust;

3) Any other NHS entity;

4) Any government department, agency or other statutory body (for the avoidance of doubt including local authorities); and/or

5) Any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the Supplier for any of the supplies under the framework.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Not Applicable
Town: Not Applicable
Country: United Kingdom
VI.5)Date of dispatch of this notice:
15/09/2020