Talk to us 01204 238 046

NHS Supply Chain Bid Writing for Frameworks

Chris turner

Written by Chris Turner

|

Jan 06, 2023

The NHS spends over £30bn each year on goods and services. NHS Supply Chain manages the procurement requirement for NHS Trusts across England and Wales. They develop compliant procurement frameworks and catalogues, which enable NHS Trusts work to work with approved suppliers.

It receives 7.7 million orders each year across nearly 1000 NHS Supply Chain suppliers. As a result of the vast economies of scale NHS Supply Chains are targeted to achieve savings for their NHS customers.

We have been winning NHS Supply Chain frameworks and tenders for our clients ever since, thanks to our dedicated team of professional bid writers. We understand the requirements of the NHS Supply Chain, what they expect from bidders and how to draft high-quality and compliant bid responses.

Client feedback

“Donna and Maria were so helpful and professional from start to finish, highly recommend this company, used them twice for tenders and definitely will use them again. Thank you!” Laszlo Kohanyi

In this article, we wanted to highlight the benefits of the NHS Supply Chain to suppliers. To understand what a ‘framework’ is click this link to see our detailed overview.

Why become an NHS Chain supplier?

  • A single place to sell your healthcare products and services, which NHS Trusts are encouraged to use
  • Existing distribution centres managed by NHS Supply Chain
  • An ever-increasing requirement and spend
  • Established procurement procedures which can be utilised by both blue-chip organisations and SMEs.

NHS Supply Chain Frameworks – Bid Writing and Framework Compliance Reviews

In January 2023, Jacqui Rock, CEO of NHS England, stressed how procurement should not provide barriers to innovation, and how SMEs need to be able to get ‘their products through the door’. They are committed to working closer with suppliers to develop sustainable solutions, which is highly encouraging.

As bid writing experts, offering an outsourced bid solution, Thornton & Lowe has helped businesses win work on NHS Supply Chain frameworks. This has included advising on suitable NHS Supply Chain tender and framework opportunities, bid writing support and tender guidance. We also regularly help our clients secure contracts through NHS Supply Chain frameworks. We have developed some bid writing top tips, which can be found here, which will help you improve your required quality responses.

However, NHS Supply Chain bids can be different to most other frameworks and tenders into the likes of Central Government or Local Authorities. There is a focus on technical compliance to secure you place on the framework. While there is often less of a bid writing requirement, there is a substantial bid management project with a large number of compliance sections. With NHS Supply Chain frameworks, quite often we will be asked to review a draft bid and associated technical documents/ product sheets, checking for tender compliance and opportunities to improve the bid from our experience. This allows us to provide a bid consultancy and guidance to maximise your chances of success when bidding into NHS Supply Chain.

When bidding it is important you can create a compliant bid. A basic example is, committing to and evidencing compliance with their Supplier's Code of Conduct. Your tender submission will need to commit to their code of conduct which includes:

  • Ethical standards, such as promoting quality and diversity
  • Health and Safety
  • Business continuity planning
  • Anti-bribery
  • Environment.

NHS Supply Chain Framework Solutions

NHS Supply Chain manages its frameworks via 3 Category Towers:

  • Medical Consumables
  • Capital Equipment and Services
  • Non-Medical

The Medical Consumables Category Tower includes:

Ward-based consumables:

  • Single-use tourniquet framework
  • Blood pressure cuffs and support products framework
  • Suction consumables framework
  • Blood collection systems and blood lancets framework
  • Eternal feeding, bile bags and associated products framework
  • Electrodes, ultrasound gels, defibrillation and related consumables framework

Sterile intervention and associated consumables:

  • Pre-operative skin preparation framework
  • Single use personal protective equipment and medical protective consumables framework
  • Wound closure framework
  • Minimally invasive surgery framework
  • Surgical instruments framework
  • Tray wrap and sterilisation equipment framework

Infection control and wound care

  • Chemical wound debridement acidic gel framework
  • Reusable clinical waste containers framework
  • Patient dry wipes framework
  • Medical hollowware framework
  • Skin cleansing and disinfection framework
  • Skin disinfection and antimicrobial cleansing framework

Orthopaedics, trauma, spine and ophthalmology

  • Total orthopaedic solutions 2 framework
  • Complete ophthalmology solutions 2 framework

Rehabilitation, disabled services, women’s health and associated consumables

  • Urinary catheter adhesion inhibition system framework
  • Disposable and washable continence care and associated products framework
  • Stoma care and accessories framework
  • Urology, bowel and faecal management framework

Cardio-vascular, radiology, audiology and pain management

  • Audiological implantable devices and associated accessories (consumables, maintenance and repair) framework
  • Audiological equipment, services and related consumables framework
  • Hearing aids and custom ear moulds framework
  • Hearing aids batteries framework

The Capital Equipment and Services Category Tower includes:

Large diagnostic capital equipment including mobile and services

  • Operating (theatre and outpatient) microscopes framework
  • Neonatal equipment, adult, paediatric and neonatal phototherapy devices framework
  • Robotic medical equipment framework
  • Maintenance, repair and calibration of medical equipment framework
  • Finance solutions framework
  • Rigid endoscopy framework

Diagnostic, pathology and therapy technologies and services

  • Cardiac diagnostics equipment, technologies and related equipment and services framework
  • Angiography and hybrid theatre equipment framework
  • External defibrillation devices, resuscitation and simulation manikins framework

The Non Medical Category Tower includes:

Office solutions

  • Printed stationary framework
  • Batteries, lighting, tools and facilities management consumables framework
  • Office and outdoor furniture framework
  • Print marketplace framework
  • Office supplies framework
  • Printable patient identification wristbands and associated accessories framework

Food

  • Fresh Food DPS (continually open to new suppliers)
  • Ambient food framework
  • Multi temperature food solutions framework
  • Hot beverages and vending consumables framework
  • Cold beverages, confectionery and snacks framework
  • Food To Go framework

Hotel services

  • National ambulance uniforms and general workwear framework
  • Environmental decontamination framework
  • Disposable cubicle, shower and window curtains framework
  • Cleaning supplies, equipment and associated products framework
  • Chlorine tablets, granules and dilution vessels framework
  • Medical healthcare furniture framework.

The NHS Supply Chain frameworks noted above are only examples. For the full list of NHS frameworks please click here.

NHS Supply Chain use both DPS and framework agreements to bring their buyers and suppliers together. We have produced an article covering how a DPS is different to a framework, which can be found by clicking here. One of the key benefits to suppliers is that they are continually open to new suppliers, compared to a framework which is typically in place for 4 years with a specific 6 – 8 week window for suppliers to bid.

Speak to a Bid Writing Expert

How does an NHS Supply Chain Framework work?

Like any framework or tender, you will need to find a suitable opportunity and follow the instructions on how to bid. For their frameworks and DPS opportunities, NHS Supply Chain use a Jaggaer procurement portal, which can be accessed via this link. You can register on their portal to view live tender opportunities. You then express interest and access the tender pack. If you require support with the tender we will require these documents in order to provide a quote for bid management and guidance.

For more tendering opportunities take a look at our comprehensive and free tender alert software, covering UK and Europe, Tender Pipeline. This will include NHS Supply Chain tenders and frameworks.

At Thornton & Lowe as well as offering an outsourced bid writing and bid management solution we also provide bid writing training courses across the UK. For further details of our bid writing training workshops click here.

Speak to a Bid Writing Expert

Bid Writing client feedback:

"Thornton & Lowe have been supporting us since August 2013. They have provided a high level of proactive, personable and focused bid & tender support. Thornton & Lowe have provided us with comprehensive bid strategy advice, supported by a suite of bespoke documentation. They have provided us with a solid grounding in terms of our own bid strategy, the bid process and advice on bid management services" - St Helens & Knowsley Teaching Hospitals NHS Trust

To view feedback from our existing clients, click here.

Our case studies can be found here, which detail what we have helped our clients achieve.

I’m looking for Construction Work Contracts in Manchester
I’m looking for
In
Must be valued between and
CPV should be
Buyer/Publisher name is
Prior information notices should be
Winners name is

Published date should be
Deadline date should be
Likely Re-Tender date should be

Get notifications of Future Tenders of this type

Tender Value Published Deadline
MEDICAL TECHNOLOLGY (MEDTECH) INNOVATION DPS
UK London NHS Supply Chain

There are criteria detailed within the tenders documentation around Compliance/Validation stage that is required to participate within this Innovation MedTech DPs that are a Pass/Fail Requirements. - URN Reference number provided by NHS Innovation service portal, HIN health innovation network or NHS SC Innovation Team where applicable for the following: - Innovation Service OR - National policy from NHSE or DHSC OR - NICE GuidanceAND - MHRA Product RegistrationThe following certification will be a requirement of the upcoming tender exercise and Applicants will be required to include evidence of 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.- 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 Insurance cover in the name of the Applicant of £5m per claim or £5m in the annual aggregate- Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical DeviceRegulations 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).The NHS has adopted PPN 06/20 (taking account of Social Value), and therefore this future DPS Agreement will include some qualitative evaluation questions on Social Value with a pass/Fail requirement. For more information please see: https://www.gov.uk/government/publications/procurement-policy-note-0620-taking-account-of-social-value-in-the-award-of-central-government-contracts. In addition, from April 2023: the NHS adopted 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 bidding on NHS Supply Chain tenders will also be required to submit an Evergreen Assessment, please see https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/. PPN02/23 "Tackling Modern Slavery in Government Supply Chains" will also apply.

Value: 500000000
Published: 2024-01-05
Deadline: 2031-01-02
500000000 2024-01-05 2031-01-02
School Fruit and Vegetable Scheme Distribution
UK London NHS Supply Chain

NHS Supply Chain: Food seeks to establish a Non-exclusive Framework Agreement for the supply of School Fruit and Vegetable Distribution to Schools in England (the “Customer(s)”). via the Direct Route.The awarded suppliers will be responsible for the storage management and distribution of the product lines to Schools within the scheme in England. The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months.The contract will be for a maximum term of 48 months.It is anticipated that in the first 24 months the value of the Framework Agreement will be in the region of £37,950,000. This is based on the around 16,520 Primary Schools currently using the School Fruit and Vegetable Scheme.For the full 48 month term (if extended) the anticipated value of the Framework Agreement will be in the region of £75,900,000.These values are approximate only and are based on the most recent historical usage information. The values provided are for guidance only and are not a guarantee of business.

Value: 75900000
Published: 2023-08-25
Deadline: 2023-09-26
75900000 2023-08-25 2023-09-26
150000000
UK London NHS Supply Chain

This procurement exercise will be conducted on the NHS Supply Chain eProcurement portal at https://nhssupplychain.app.jaggaer.com/ Applicants wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eProcurement portal as follows: 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 ‘Register Here’ link to access the registration page, — complete the registration pages. Portal access: If registration has been completed: — login with URL https://nhssupplychain.app.jaggaer.com/ — Applicants should download the Supplier Userguide located within the eProcurement portal. — Select “My ITT’s”, — Select the three ”…” to the top right hand side of the screen. — Select “Help for Suppliers”. This will then open a new screen with a library of guidance document and a video which will guide you through how to submit a compliant bid. Support: Should Applicants require any system support or help to locate and submit a bid for the opportunity they should contact the Jaggaer Helpdesk on; Tel: 0800 069 8630 Email: help_uk@jaggaer.com

Value:
Published: 2023-07-27
Deadline:
2023-07-27
150000000
UK London NHS Supply Chain

This procurement exercise will be conducted on the NHS Supply Chain eProcurement portal at https://nhssupplychain.app.jaggaer.com/ Applicants wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eProcurement portal as follows: 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 ‘Register Here’ link to access the registration page, — complete the registration pages. Portal access: If registration has been completed: — login with URL https://nhssupplychain.app.jaggaer.com/ — Applicants should download the Supplier Userguide located within the eProcurement portal. — Select “My ITT’s”, — Select the three ”…” to the top right hand side of the screen. — Select “Help for Suppliers”. This will then open a new screen with a library of guidance document and a video which will guide you through how to submit a compliant bid. Support: Should Applicants require any system support or help to locate and submit a bid for the opportunity they should contact the Jaggaer Helpdesk on; Tel: 0800 069 8630 Email: help_uk@jaggaer.com

Value:
Published: 2023-07-27
Deadline:
2023-07-27
150000000
UK London NHS Supply Chain

This procurement exercise will be conducted on the NHS Supply Chain eProcurement portal at https://nhssupplychain.app.jaggaer.com/ Applicants wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eProcurement portal as follows: 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 ‘Register Here’ link to access the registration page, — complete the registration pages. Portal access: If registration has been completed: — login with URL https://nhssupplychain.app.jaggaer.com/ — Applicants should download the Supplier Userguide located within the eProcurement portal. — Select “My ITT’s”, — Select the three ”…” to the top right hand side of the screen. — Select “Help for Suppliers”. This will then open a new screen with a library of guidance document and a video which will guide you through how to submit a compliant bid. Support: Should Applicants require any system support or help to locate and submit a bid for the opportunity they should contact the Jaggaer Helpdesk on; Tel: 0800 069 8630 Email: help_uk@jaggaer.com

Value:
Published: 2023-07-27
Deadline:
2023-07-27
Multi Temperature Distribution
UK London NHS Supply Chain

NHS Supply Chain: Food is seeking to establish a single supplier Framework Agreement for Multi Temperature Distribution.The awarded supplier will be responsible for the supply, storage, management, and distribution of a selection of Ambient, Chilled, Fresh and Frozen Goods to trusts within the NHS in England. This lot will cover a selection of Ambient, Chilled, Fresh and Frozen Goods.

Value: 80000000
Published: 2023-07-01
Deadline: 2023-08-11
80000000 2023-07-01 2023-08-11
NHS Supply Chain Logistics Service Provider
UK London NHS Supply Chain

Value:
Published: 2023-06-29
Deadline:
2023-06-29
NHS Supply Chain Logistics Service Provider
UK London NHS Supply Chain

Value:
Published: 2023-06-29
Deadline:
2023-06-29
Paper Hygiene 2023
UK London NHS Supply Chain

The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during the subsequent 6 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. - ISO9001:2015 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 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. - Declaration of Conformity and UKCA/CE Certification to demonstrate compliance to Medical Devices Regulations 2002 (as amended). If the Applicant commits to obtain ISO9001:2015 accredited by the United Kingdom Accreditation Service (or equivalent) at the time of the tender submission then the requirement is that such certification is in place prior to the commencement date of the framework agreement (in order for NHS Supply Chain to place orders with the successful Applicant). — BS EN ISO 12625-3:2014 Tissue paper and tissue products. Determination of thickness, bulking thickness and apparent bulk density and bulk. — BS EN ISO 12625-4:2005 Tissue paper and tissue products. Determination of tensile strength, stretch at break and tensile energy absorption.G171+G171 — BS EN ISO 12625-5:2005+G171 Tissue paper and tissue products. Determination of wet tensile strength. — BS EN ISO 12625-7:2014 Tissue paper and tissue products. Determination of optical properties. Measurement of brightness and colour with D65/10º (outdoor daylight). — BS EN ISO 12625-8:2010 Tissue paper and tissue products. Water-absorption time and water absorption capacity, basket-immersion test method. Centrefeed products should also comply with: — Framework Regulation (EC) No 1935/2004 of the European Parliament and of the council on materials and articles intended to come into contact with food (as amended), — Commission Regulation (EC) No 450/2009 on active and intelligent materials and articles intended to come into contact with food (as amended). 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 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. 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. If you are interested in this tender (Paper Hygiene 2023) Please register your interest on the PIN at https://nhssupplychain.app.jaggaer.com

Value:
Published: 2022-11-03
Deadline:
2022-11-03
Digital Commerce Platform
UK London Supply Chain Coordination Limited (SCCL) - the management function of NHS Supply Chain

The purpose of this notice is to inform the market of the forthcoming procurement. Further information will be available once the formal procurement process commences. This notice is for information only and SCCL, as the Authority, reserves the right to not proceed to tender. Additionally, SCCL reserves the right to discontinue the tendering process and not to award the contract. Suppliers should Express Interest to indicate if they would wish to participate in a future procurement for this requirement. This does not create any obligations on the part of the Authority. No response is required beyond the Expression of Interest. Registration: Please register your interest in this PIN via the Jaggaer e-Tendering system: 1.Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement portal. 2. If not yet registered: - Click on the ‘Register here’ 3. To register interest: - Login with above URL. Within supplier area, click ‘SQs Open To All Suppliers’ link and select SQ_289 NHS Supply Chain – Digital Commerce Platform, Project_1131. Select Express Interest. If you have any queries regarding the NHS Jaggaer E-procurement Portal or completing your expression of interest on this system, please contact our Support Helpdesk managed by Jaggaer on telephone: 0800 0698630 or by E-mail: help_uk@jaggaer.com The information contained in this notice, including information relating to the nature and scope of SCCL's requirements, the service classification of this requirement or the list of CPV codes, is only indicative of current thinking and is neither exhaustive nor binding and SCCL reserves the right at its absolute discretion to amend it at the time of issue of any further notice or notices or at any other time.

Value:
Published: 2022-10-24
Deadline:
2022-10-24
Medical Pulp and Associated Products 2023
UK Sheffield NHS Supply Chain operated by North of England Commercial Procurement Collaborative (who are hosted b

The requirement is for the supply of Medical Pulp products including but not limited to; Square and round shaped male urinals, Female urinals, Bedpan liners, Bedpan slippers, Detergent proof washbowls, Commode pans, General purpose bowls, Kidney dishes, Measuring jugs, Sputum receivers, Trays including anaesthetic safety trays, Urine sampling cups and Paper medicine pots to NHS Supply Chain depots via the Stocked/Blue Diamond route or direct to customers via the e-Direct route to market.

Value: 105000000
Published: 2022-10-04
Deadline: 2022-11-07
105000000 2022-10-04 2022-11-07
Total Orthopaedic Solutions 3 (TOS3)
UK London NHS Supply Chain

The purpose of this notice is to draw attention to a procurement awarding a National Framework Agreement titled "Total Orthopaedic Solutions 3" which will be accessible by all parts of the NHS via NHS Supply Chain. Supply Chain Coordination Ltd trading as NHS Supply Chain will be entitled to purchase the supplies identified in the forthcoming tender documents as Non-Direct Contract Products which it will then make available for purchase by: 1) any NHS Trust, shared service, purchasing or contracting Authority; 2) any other NHS entity or Local Authority; 3) any government department agency or other statutory body and/or; 4) any private sector entity active in the UK healthcare sector; 5) any third party / managed service acting on behalf of the NHS. There will be an online supplier event to be held on Friday 21st October 2022 from 10:30 to 11:30 to give insight into the tender and framework. Any supplier expressing an interest to this opportunity through this Prior Information Notice will be invited to this event and sent details. Attendance is not mandatory and NHS Supply Chain will not cover any costs incurred by Applicants participating in the event. The following certification will be a requirement of the tender exercise. -Declarations of Conformity and Certificates of Conformity from an UK Approved Body (UKCA) or EU Notified Body (CE), covering all products intended for submission under the tender, to demonstrate compliance to UK Medical Device Regulations 2002. -evidence of an effective quality control system in place covering all segments of the Applicant's (and the product's) supply chain for example but not be limited to, manufacturing, storage, distribution and customer service. Valid ISO 9001:2015 accreditation by a United Kingdom or external certification body is preferred. If such evidence of an effective quality control system is 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. -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 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 (in order for NHS Supply Chain to place orders with the successful Applicant). -The NHS has adopted PPN 06/20 2022 taking account of social value in the award of government contracts therefore this Framework Agreement will include some qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award. To understand what’s included in Social Value, please see: https://www.gov.uk/government/publications/procurement-policy-note-0620-taking account-ofsocialvalue-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, Candidates wishing to register their expression of interest must do so via the Jaggaer Messaging Centre. Registration: 1. Use https://nhssupplychain.app.jaggaer.com/ to access the NHS Supply Chain Procurement portal. 2. If not yet registered: — Click on the ‘Register here' 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 https://nhssupplychain.app.jaggaer.com/ Within supplier area, click ‘SQs Open To All Suppliers’ link and select NTC_683 Total Orthopaedic Solutions 3 (TOS3), Project_967. Select Express interest

Value:
Published: 2022-10-03
Deadline:
2022-10-03
Medical Pulp and Associated Products 2023
UK Sheffield NHS Supply Chain operated by North of England Commercial Procurement Collaborative (who are hosted by Leeds and York Partnership NHS Foundation Trust) acting on behalf of Supply Chain Coordination Ltd

Accessing the tender: This procurement exercise will be conducted on the NHS Supply Chain eProcurement portal at https://nhssupplychain.app.jaggaer.com/ Applicants wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eProcurement portal as follows: 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 ‘Register Here’ link to access the registration page, — complete the registration pages. Portal access: If registration has been completed: — login with URL https://nhssupplychain.app.jaggaer.com/ — Applicants should download the Supplier Userguide located within the eProcurement portal. — Select “My ITT’s”, — Select the three ”…” to the top right hand side of the screen. — Select “Help for Suppliers”. This will then open a new screen with a library of guidance document and a video which will guide you through how to submit a compliant bid. Support: Should Applicants require any system support or help to locate and submit a bid for the opportunity they should contact the Jaggaer Helpdesk on; Tel: 0800 069 8630 Email: help_uk@jaggaer.com

Value:
Published: 2022-10-03
Deadline:
2022-10-03
TRANSCATHETER HEART VALVE REPAIR, REPLACEMENT AND ASSOCIATED DEVICES 2023
UK London NHS Supply Chain

Products within this lot include but are not limited to: transcatheter aortic valve implant systems including heart valves, loading systems and delivery systems.Certain products within this lot are classified as high cost tariff excluded devices under the NHS England Specialised Services Devices Programme (SSDP). Trusts who are commissioned to provide specialised services in England are directed to purchase all their requirements through a national supply route via NHS Supply Chain. Details of the product categories currently within scope of the NHS England Specialised Service Devices Programme (SSDP), can be found using the following link: https://www.england.nhs.uk/commissioning/spec-services/key-docs/medical-devices/In accordance with the specialised services commissioning policy, NHS Improvement and NHS England will determine which products are classified as excluded from tariff and which are made available under the NHS England Specialised Service Devices Programme (SSDP).

Value: 800000000
Published: 2022-09-09
Deadline: 2022-10-11
800000000 2022-09-09 2022-10-11
Finance Solutions
UK London NHS Supply Chain Operated by DHL Supply Chain Limited acting as agent of Supply Chain Coordination L

NHS Supply Chain seeks to establish a non-exclusive Framework Agreement for the provision of Lease and Loan Services on a direct basis between NHS Supply Chain’s customers and successful Applicants. Though out this Framework Agreement, NHS Supply Chain will offer customers the following options to fund a range of Equipment and Service options including, but not limited to, (for example) medical and IT Equipment, maintenance services and building works:Operating and Finance Leases and Loans for single or multiple assets where the customer has clearly defined all the requirements.Precise quantities are unknown and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

Value: 200000000
Published: 2022-02-02
Deadline: 2022-03-15
200000000 2022-02-02 2022-03-15
Polymer Aprons 2022
UK Sheffield NHS Supply Chain operated by North of England Commercial Procurement Collaborative (who are hosted b

Polymer aprons required in rolls and flat packs in a range of colours.Applicants which wish to submit a tender for this lot must tender for all products listed within this lot. Samples will be required for testing against NHS Supply Chain specification. The products within this lot are supplied to the NHS Supply Chain depots via the Stock and Blue Diamond routes and to the NHS Supply Chain customer base via the E-Direct route.

Value:
Published: 2021-10-02
Deadline: 2021-11-02
2021-10-02 2021-11-02
Electrosurgical Equipment, Smoke Evacuators, Related Products and Accessories
UK London NHS Supply Chain Operated by DHL Supply Chain Ltd acting as agent of Supply Chain Coordination Ltd (

NHS Supply Chain seeks to establish a non-exclusive framework agreement for the supply to the NHS Supply Chain customer base via the direct route of supply of electrosurgical equipment, smoke evacuators, related products and accessories, including, but not limited to:— electrosugical (Diathermy) machines,— vessel sealing units,— smoke evacuators,— Any related software,— point of sale maintenance, and— any related options or accessories.The scope of the framework agreement does not include the supply of consumables.The framework agreement will have an initial term of 36 months with an option to extend incrementally for up to a total period of 48 months.It is anticipated that in the first 36 months of the framework agreement the value of purchases will be in the region of GBP 15 000 000. For the full 48 month term (if extended) the anticipated value is between GBP 20 000 000. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth. The values provided are for guidance only and are not a guarantee of business. NHS Supply Chain anticipates appointing all applicants who meet the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of at least 50 % at tender evaluation stage to the framework agreement.

Value: 20000000
Published: 2020-05-20
Deadline: 2020-06-15
20000000 2020-05-20 2020-06-15
National Framework Agreement for Managed Office Administration Services & the Supply of Office Equipment and Consumables
UK Chester Countess of Chester Hospital NHS Foundation Trust

Lot 1 of the framework will be for the provision of managed service for office administration to public sector organisations, excluding NHS organisations in England. NHS organisations in England are provided for by NHS Supply Chain and are outside the scope of this specification.Suppliers appointed to lot 1 must be able to meet all aspects of the lot 1 framework specification. Client organisations will, however, be able to contract for individual service elements of the service as required.Call-off contracts will be for a managed service containing one or more of the service elements detailed below, provided predominantly on a fixed fee cost basis rather than on a cost per transaction basis.The provision of a fully secure managed service will include the following service elements:1) provision of a managed service for office supplies including all items for daily use and special sourcing for ad hoc requests, including; purchasing, storage and consolidation of deliveries for specific requests;2) provision of a fully managed print service, to include provision of print equipment service, maintenance and consumables;3) provision of a secure document disposal service;4) provision of hybrid mail services, to include printing, franking, post and email;5) provision of on-line ordering system to support the provision of the above four services, that is adaptable to individual client organisations standing financial instructions, including authorisation processes and ability to encompass service line reporting and fully transparent audit trail.

Value: 5400000
Published: 2020-03-26
Deadline: 2020-04-24
5400000 2020-03-26 2020-04-24
Syringes, Needles and Associated Products
UK London NHS Supply Chain Operated by DHL Supply Chain Ltd acting as agent of Supply Chain Coordination Ltd (

Syringes and needles products, including:— hypodermic needles,— insulin needles,— biopsy needles,— hypodermic syringes,— tuberculin syringes,— insulin syringes,— prefilled syringes,— catheter tip syringes,— combined needle and syringe products,— spinal needles and kits (including NRFit),— epidural needles and kits (including NRFit),— nerve block/stimulation needles (including NRFit),— speciality needles,— intraosseous needles and devices,— blunt fill drawing up devices,— oral drug syringes and syringe caps.All with or without safety devices where appropriateNHS Supply Chain anticipates appointing all applicants who meet the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a predetermined hurdle (when rounded up or down (as the case may be) to the nearest whole number from 4 decimal places, at tender evaluation stage) to the relevant line of the framework agreement.A threshold price will be used for some of the evaluated product lines.Applicants must bid for all evaluated lines that are currently available within their range. NHS Supply Chain intention is to grow the market for this framework agreement and not limit innovation. Therefore, there will be opportunity subject to a successful award for applicants to offer new products that was not available at the time of tender (specifically innovative products but not limited to) across all the lines within contract management full details of the above can be found within the ITT.

Value: 240000000
Published: 2020-02-24
Deadline: 2020-03-23
240000000 2020-02-24 2020-03-23
BCHC-19-0012 Receipts and Distribution Service (inc External Mail)
UK Birmingham Birmingham Community Healthcare NHS Foundation Trust

Scope of services include:1) The daily collection of internal (intra) Trust mail, which is primarily collected from and delivered to the reception desk. Once collected the mail is returned to a central point for sorting, allocation and delivery to the recipient site within 1 business day;2) The daily collection of external Trust mail, which is primarily collected from the reception desk. The collected mail is returned to a central point for sorting into a format to minimise franking costs following which the Contractor is to make the necessary arrangements for delivery or collection by The Royal Mail or other postal service provider. The contractor is required to collect and maintain usage information on the number, type and expenditure of external mail processed;3) The collection of controlled drugs, pharmaceutical and other medical products from the Trust’s Central Pharmacy Store at West Health Hospital, (B38 8HR) and delivery to the Trust’s Health Centres or directly to the patient. This will frequently involve the transportation of temperature controlled items to which the contractor will need to provide evidence of the item(s) being maintained at the controlled temperature throughout the delivery process;4) The collection of sealed files containing patient records from Trust’s Health Centres and the delivery to the Trust’s designated delivery point. The contractor must ensure these are transported in a safe and secure way;5) The daily receipt of supplies from third party suppliers, e.g. NHS Supply Chain and the safe and secure temporary storage of these items until their onward delivery to Trust or patient address within 5 working days of receipt of the goods;6) The daily delivery to patient addresses within the Birmingham area of clinical and non-clinical items as instructed;7) The weekly/monthly collection of staff payslips from a central point, currently; BCHC Payroll Dept., Regent Court, 14-17 George Street, Edgbaston, Birmingham, B15 1NU and subsequent redistribution by the internal mail system or by external mail to staff home addresses;8) The Bi monthly collection from a third party supplier of the Trust ‘ARCHway’ magazine and subsequent redistribution by the internal mail system to every Trust site as listed in Appendix 7;9) The ad-hoc receipt, temporary storage and re-delivery of materials as instructed by the Trust;10) The ad-hoc collection and temporary storage of redundant IT and other pieces of electrical equipment for redistribution within the Trust or collection by the Trust nominated disposal contractor;11) From time to time and as operational requirements dictate it will be necessary for the Trust to request special emergency deliveries outside the usual delivery criteria.

Value:
Published: 2020-01-20
Deadline: 2020-02-18
2020-01-20 2020-02-18
Pathology and Point of Care Testing, Associated Equipment, Instruments, Consumables and Accessories
UK Warrington NHS Supply Chain

NHS Supply Chain seeks to establish a non-exclusive framework agreement for the supply to the NHS Supply Chain customer base via the E-Direct/Direct Route of pathology and point of care testing, associated equipment, instruments, consumables, accessories and managed services.

Value: 763000000
Published: 2019-11-04
Deadline: 2020-01-06
763000000 2019-11-04 2020-01-06
Contract for Medical Consumables for the Pandemic Influenza Preparedness Programme (PIPP)
UK Normanton NHS Supply Chain

The anticipated value of this lot is approximately 3 800 380 GBP to 4 700 470 GBP.It is important to note that this procurement is for product to be held in deep storage. Deep storage is defined as products which are stored in pallets in standard racking for the duration of their shelf life. The product will only be issued in the event of a pandemic Influenza any other related health emergency declared by the UK government and therefore product packaging and pallet must be capable of being stored for its stated shelf life and capable of being issued at any point from receipt to shelf life expiry date. As such the requirements are different from NHS Supply Chain business as usual arrangements. There is no requirement for product support after the completion of the contract or in the event of an Influenza pandemic or other health related emergency. Please refer to the invitation to tender for more details.

Value: 4700470
Published: 2019-09-19
Deadline: 2019-10-16
4700470 2019-09-19 2019-10-16
Medical Chart Paper and Ultrasound Film
UK London NHS Business Services Authority

The products within this Lot are Medical Chart Paper for use with proprietary equipment to record the output from patients undergoing various diagnostic tests including cardiotocography (CTG), electrocardiogram (ECG), optical, foetal, pulmonary, bladder scanner, urine analyser, refrigeration and defibrillator recording paper. NHS Supply Chain anticipates appointing all Applicants who met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of at least 45 % at tender evaluation stage to the relevant Line of the Framework Agreement.

Value: 5924000
Published: 2019-02-14
Deadline: 2019-03-11
5924000 2019-02-14 2019-03-11
Cold Beverages Water and Cuplets
UK London Foodbuy, a trading division of Compass Contract Services (UK) Limited, acting as agent on behalf of

This range includes beverages used in patient feeding including and not limited to 85 ml juice cuplets, back of house still and sparkling water in various size formats. The anticipated value for the first 12 months is anticipated to be 850 000 GBP and 2 000 000 GBP for the full term of 24 months (if extended).NHS Supply Chain: food anticipates appointing the 2 highest scoring applicants (who have met the minimum requirements set out in these tender documents) to each line.Only the highest scoring applicant for each line will be listed in the NHS Supply Chain's Catalogue for the first 12 months (or 24 months if extended) of the Framework Agreement. Subsequently for these lines only the highest scoring applicant will receive sales under the Framework Agreement for the first 12 months (or 24 months if extended).If applicants are unable to meet these requirements then NHS Supply Chain: food, reserves the right to exclude them from the procurement process and not to consider their tender response for these Lines any further.In the event of the second ranked applicant and subsequent applicant tying on score NHS Supply Chain: food, reserves the right to award to more than 2 applicants.

Value: 2000000
Published: 2018-11-30
Deadline: 2018-12-28
2000000 2018-11-30 2018-12-28
Mobile and Strategic Clinical Solutions
UK London NHS Business Services Authority

The service within this Lot 1 is to facilitate the capture of diagnostic images, and for the provision of patient care, within a mobile or modular unit (this may include, the supply of vehicular, modular, demountable or relocatable facilities) at a location, as chosen by the customer organisation.This may or may not be on the customer's site. Provider(s) on this lot will be required to provide the relevant type of imaging equipment as requested by the customer. Services, as ultimately defined by the customer, that may be provided by successful Applicants in respect of this lot may include (but shall not be limited to) the provision of:— at least 1 member of staff (including radiographers and any other clinical support staff) who must be skilled and fully qualified in the operation of the (imaging) equipment,— (imaging) equipment including any consumables,— a booking service, and— an imaging reporting service to facilitate clinical patient diagnosis (by the customer).The types of imaging services that may be required in this lot are (but shall not be limited to):— Bone Densitometry,— Cardiac Angiography,— CT,— Mammography,— MRI,— PET CT,— X-ray.Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 56 000 000 GBP 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 full 48-month term, if extended (NHS Supply Chain reserve the right to vary this in any future Contract Notice) is 320 000 000 GBP.NHS Supply Chain anticipates appointing all applicants who meet the minimum requirements which are set out in the tender documents and whose total score meets or exceeds a hurdle of at least 50 % at tender evaluation stage and appointment (or award) shall be made to the relevant lot.

Value: 600000000
Published: 2018-11-27
Deadline: 2019-01-07
600000000 2018-11-27 2019-01-07
Hot Beverages and Vending Consumables
UK London Foodbuy, a trading division of Compass Contract Services (UK) Limited, acting as agent on behalf of

The range includes but is not limited to coffee for retail and patient feeding. The products in this lot include but not limited to instant, filter and whole bean coffee products. The anticipated value for the first 12 months is anticipated to be 2 700 000 GBP and 9 500 000 GBP for the full term of 24 months (if extended).Applicants must provide an evaluation price for ALL product lines listed within this Lot, this is a MANDATORY REQUIREMENT for this Lot.NHS Supply Chain: Food, anticipates appointing the two highest scoring Applicants (who have met the minimum requirements set out in these tender documents) to the Lot. If Applicants are unable to meet these requirements then NHS Supply Chain: Food, reserves the right to exclude them from the procurement process and not to consider their tender response for this Lot any further. In the event of the second ranked Applicant and subsequent Applicant tying on score NHS Supply Chain: Food, reserves the right to award to more than two Applicants.

Value: 20921000
Published: 2018-10-18
Deadline: 2018-11-15
20921000 2018-10-18 2018-11-15
Airway Management Products and Associated Equipment
UK London NHS Business Services Authority

Endotracheal (ET) tubes are inserted through the mouth or nose in order to maintain a patient airway and also allow the delivery of gases. Products within this Lot include:• Standard ET tubes;• Reinforced ET tubes;• Preformed ET tubes;• Translucent and opaque ET tubes;• Cuffed and un-cuffed variants;• Bougies (introducers);• Stylets (malleable wire to aid insertion);• Exchange catheters (thin flexible tubes);• ET tube holders and fasteners/clamps;• Accessories which includes equipment that would be used to connect a tube to another piece of equipment, bite guards for protection during product use, products for measuring and inflating cuffs; and• Sets which include more than one of the product lines contained within this Lot compiled in convenient to use packs.• NHS Supply Chain anticipates appointing all Applicants who meet the minimum requirements which are set out in these tender documents and whose total score meets or exceeds the hurdle of at 45 % for the Product Line.

Value: 171600000
Published: 2018-10-16
Deadline: 2018-11-15
171600000 2018-10-16 2018-11-15
Cold Beverages, Confectionery and Snacks
UK London Foodbuy, a trading division of Compass Contract Services (UK) Limited, acting as agent on behalf of

The range includes but not limited to snacks used in patient feeding such as small pack size crisps as well as sweet and savoury biscuits. The anticipated value for the first 12 months is anticipated to be 4 100 000 GBP and 10 000 000 GBP for the full term of 24 months (if extended).NHS Supply Chain: Food, anticipates appointing the four highest scoring Applicants (who have met the minimum requirements set out in these tender documents) to the Lot. If Applicants are unable to meet these requirements then NHS Supply Chain: Food, reserves the right to exclude them from the procurement process and not to consider their tender response for this Lot any further. In the event of the 4th ranked Applicant and subsequent Applicant tying on score NHS Supply Chain: Food, reserves the right to award to more than 4 Applicants.

Value: 40000000
Published: 2018-09-11
Deadline: 2018-10-08
40000000 2018-09-11 2018-10-08
Medical Pulp, Macerators and Support Products 2018
UK London NHS Supply Chain

"The requirement is for the supply of Medical Pulp and Support Products including but not limited to Bedpan Liners, Male and Female Urinals, Detergent Proof Washbowls, Commode Pans, General Purpose Bowls, Bedpan Covers, Kidney Dishes, Commode Pans, Measuring Jugs, Spectum Receivers, Trays including Anaesthetic Safety Trays, Multi Cups, Paper Medicine Pots, Plastic Support Products and Metal Dispenser Racks and Bedpan Macerator Clearner to NHS Supply Chain — Hotel Services depots via the Stock, e-Direct and Blue Diamond routes.

Value: 62500000
Published: 2018-07-10
Deadline: 2018-08-30
62500000 2018-07-10 2018-08-30
Finance Solutions
UK Normanton NHS Supply Chain

NHS Supply Chain seeks to establish a non-exclusive Framework Agreement for the provision of lease and loan services on a direct basis between NHS Supply Chain’s customers and successful Applicants. Though this framework agreement NHS Supply Chain will offer customers the following options to fund a range of equipment and service options including, but not limited to, (for example) medical and IT equipment, car park services, maintenance services and building works:Operating and finance leases and loans for single or multiple assets where the customer has clearly defined all the requirements; and.Operating and finance leases and loans to finance a multi-year medical equipment replacement plan (ERP). ERP means a detailed schedule setting out, for example, all equipment and / or maintenance and / or works service requirements from the customer. The ERP will be bespoke to each customer and shall provide details of the assets and services required and shall detail the number of years that the lease or loan is required for.Precise quantities are unknown. It is anticipated that initial combined expenditure will be in the region of 100 000 000 GBP 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 for all services covered by this framework over the life of the agreement is shown below.

Value: 500000000
Published: 2018-03-27
Deadline: 2018-04-23
500000000 2018-03-27 2018-04-23
Instrument Decontamination and Accessories
UK Normanton NHS Supply Chain

Disinfectants — For the disinfection of medical devices including endoscopes where sterilisation is not possible due to product design and/or temperature limitations. The scope includes, but is not limited to, Endoscope Washer Disinfector (EWD), Automated Endoscope Reprocessor (AER) disinfectants, self-disinfectants, disinfectant wipes, gels, liquids and sprays.Detergents — For the cleaning of medical devices including endoscopes both manually and in an Endoscope Washer Disinfector. The scope includes, but is not limited to, Endoscope Washer Disinfector (EWD) automated detergents, automated detergents and manual cleaning detergents.Pre-clean kits — For the first stage in the endoscope cleaning process immediately after clinical use. The scope includes, but is not limited, to detergents and trays.Transportation and storage consumables — Disposable products used in the transport of medical devices including endoscopes prior to and after cleaning to prevent contamination and prolong storage capability. The scope includes, but is not limited to, transportation bags, prolonged storage bags, transportation aids, prolonged storage chemicals, storage bags and liners.The scope for this Lot also includes, but is not limited to, storage trays and baskets, salt, test kits and strips, containers for the detachable parts of endoscopes, neutralisers for peracetic acid, cleaning sponges and wipes, lubricants, rinse aids, water filters, air filters, automated dosing systems, flush system for manual dosing, canister pump for manual dosing of detergents, scale remover and low temperature sterilisation accessories.The anticipated value of the purchases will be circa 28 600 000 GBP for the first 24 months of the Framework Agreement and 60 500 000 GBP for the full term of 48 months (if extended).NHS Supply Chain anticipates appointing all Applicants who meet the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of at least 30 % when rounded up or down (as the case may be) to the nearest whole number from four decimal places at tender evaluation stage to the relevant Line of the Framework Agreement.

Value: 61800000
Published: 2018-03-20
Deadline: 2018-04-16
61800000 2018-03-20 2018-04-16
Ultrasound Gels
UK Normanton NHS Supply Chain

NHS Supply Chain seeks to award a Contract for the supply of Ultrasound Gels to NHS Supply Chain depots via the Stock route. It is anticipated that in the first 12 months of the Contract the value of purchases will be between 750 000 GBP to 1 200 000 GBP. For the full total 36 month term (if extended) the anticipated value is circa 2 250 000 GBP and 3 600 000 GBP. These values are approximate only and are based on the commitment to purchase. See Invitation to Tender for further details.

Value: 3600000
Published: 2018-02-12
Deadline: 2018-02-19
3600000 2018-02-12 2018-02-19
Medical Pulp, Macerators and Support Products
UK Normanton NHS Supply Chain

The requirement is for the supply of Medical Pulp and Support Products including but not limited to Bedpan Liners, Male and Female Urinals, Detergent Proof Washbowls, Commode Pans, General Purpose Bowls, Bedpan Covers, Kidney Dishes, Measuring Jugs, Sputum Receivers, Trays including Anaesthetic Safety Trays, Multi Cups, Paper Medicine Pots, Plastic Support Products and Metal Dispenser Racks and Bedpan Macerator Cleaner to NHS Supply Chain depots via the Stock, e-Direct and Blue Diamond routes.NHS Supply Chain anticipates appointing all Applicants who have met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of at least 65 % when rounded up or down (as the case may be) from four decimal places to the nearest whole number at tender evaluation stage to the relevant Product Line and this Lot of the Framework Agreement.This is an estimate only as precise quantities of likely purchases are unknown. It is anticipated that in the first 24 months of the Framework Agreement the value of purchases for this lot will be in the region of £20,000,000.00 to £27,000,000.00 however this is approximate only. The figure below at II.2.6 for the total estimated value is based on that initial expenditure.Nationally Contracted Products Programme (“NCP”):— applicants should note that some of the Medical Pulp Product Lines in Lot 1 (as detailed in Appendix 10 - NCP Product List) will be supplied following the re-opening of competition pursuant to the NCP and will be supplied until on or around 31st January 2019 or 31st January 2020 in the event that the NCP Call-Off Contract is extended in accordance with its terms for, which is the anticipated end date of the Medical Pulp & Associated Product NCP Call-Off Contract,— accordingly, applicants that are awarded to the Framework Agreement for Lot 1 will not receive any Orders (as defined in the Framework Agreement) for the Product Lines until on or around November 2018 or November 2019 in the event that the NCP Call-Off Contract is extended for up to a further twelve months. In addition, NHS Supply Chain anticipates re-opening competition under the Framework Agreement pursuant to the NCP on or around August 2018 or August 2019 in the event that the NCP Call-Off Contract is extended.

Value: 62500000
Published: 2018-01-04
Deadline: 2018-02-01
62500000 2018-01-04 2018-02-01
NHS Supply Chain Future Operating Model — Transactional Services.
UK Newcastle upon Tyne NHS Shared Business Services Ltd (NHS SBS)

The scope of this procurement is for a single transactional processing service providing:— accounts payable (invoice processing and payment);— accounts receivable (sales invoice generation and cash collection);— customer service for invoice queries;— cash and treasury management (i.e. keeping track of liquidity of the business);— savings tracking and reporting;— administration, configuration and improvement of financial systems; and— consolidation of the FOM financial information including periodic reporting, forecasts and annual planning information.The supplier will be required to deliver a coherent financial transactional service across the disaggregated functions of the FOM, ensuring that consolidated invoicing for customers is maintained.The objectives for the Services include, but are not limited to:— delivering seamless service continuity through transition to the FOM;— enabling the on-going delivery of the FOM;— enhancing the effectiveness and sustainability of FOM financial service processes and controls;— delivering improvements across the supply chain through active enablement of FOM objectives and the enhancement of the customer experience through timely financial data;— facilitating decision making in the Authority through the provision of accurate and timely financial data.The supplier must maintain the current practice of providing consolidated monthly invoices to the NHS Customers. Consolidated invoicing is seen as a key contributor to growth ambitions, and is received extremely favourably by existing and future NHS Supply Chain Customers (including but not limited to NHS trusts, other NHS entities, other UK government department agencies or other statutory bodies and/or private sector providers of NHS funded care).The supplier must ensure high degrees of accuracy are maintained, to preserve the integrity of financial controls and protect the public purse. The incumbent provider is currently responsible (through the NHS Supply Chain contract) for transacting product spend of circa 2 000 000 000 GBP (goods purchased by NHS and non-NHS customers), and circa 200 000 000 GBP of operational spend. The supplier will be responsible for transacting the current volume of spend and increased expenditure as this increases under the FOM.The supplier will be required to provide robust debtor and creditor management in order to manage cash flow with growing volumes of transactions. This will be enabled by the customer/supplier support functions, and managed through robust contractual key performance indicators.A full description of the Services is more specifically set out in the procurement documentation.

Value: 47500000
Published: 2017-09-29
Deadline: 2017-11-01
47500000 2017-09-29 2017-11-01
NHS Supply Chain Future Operating Model — Supporting Technologies and Infrastructure Services.
UK Newcastle upon Tyne NHS Shared Business Services Ltd (NHS SBS)

The procurement is being conducted via the competitive dialogue procedure under Regulation 30 of the Public Contract Regulations 2015 and it is anticipated that 6 potential providers will be invited to submit outline solutions and 4 potential providers will be invited to submit final tenders. The services that are required can be briefly described as:— Transition services — to transfer all current services and systems (including novating contracts as required) to the successful supplier on or before the 30.9.2018.— Business as Usual services — to provide continuity of the transitioned services (as set out in the Authority's requirements).— Transformation services — to enhance existing legacy systems and services (as requested by the Authority) during the contract period. Three transformation projects have been identified by the Authority, but additional projects may be added.The three projects are:1) A new Integration platform;2) Replacement of the warehouse management; and3) A new order management (RESUS) systems.It is anticipated that dialogue will be concentrated on transformation services. The dialogue may be conducted in successive stages leading to submission of a final tender.Details of the services required are in the procurement documents.

Value: 248800000
Published: 2017-06-14
Deadline: 2017-07-13
248800000 2017-06-14 2017-07-13
Central Venous Catheters and Associated Products.
UK Normanton NHS Shared Business Services Ltd (NHS SBS)

Applicants should refer to the Invitation to Tender for details of the scoring process to be used to assess the Suppliers to be appointed to the Framework Agreement.NHS Supply Chain reserves the right to appoint more suppliers to the Framework Agreement in the event that more than 65 suppliers reach the minimum score for appointment which is set out in the Invitation to Tender.NHS Supply Chain has taken the decision not to sub-divide this Framework Agreement into Lots on the basis that the range of products would be suitable for 1 Lot under the heading of Central Venous Catheters and Associated Products as it would be is easier to manage, and promote growth. Products are to be evaluated on a line by line basis which would eradicate the need for products to be lotted. Applicants should note that appointment to the Framework Agreement will be made on line by line basis and Applicants may bid for one, more than one, or all of the lines which are set out in the Invitation to Tender.The term of contracts formed under the Framework Agreement may continue beyond the end of the term of the Framework Agreement itself. 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 bulk buy initiatives.NHS Supply Chain will share savings information in order to assist its customers with making informed procurement decisions.Non-Direct Contract Products.As set out in the tender documents.Electronic ordering will be used and electronic invoicing will be accepted and electronic payment will be used. For the avoidance of doubt, and notwithstanding the estimate indicated at II.2.1, NHS Supply Chain does not guarantee any level of purchase through the framework and advises Applicants that the framework shall be established on a non-exclusive basis.Tenders and all supporting documentation for the contract must be priced in sterling and written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts. NHS Supply Chain is not liable for any costs (including any third party costs fees or expenses incurred by those expressing an interest, participating or tendering for this contract opportunity. NHS Supply Chain reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time, or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means. The most economically advantageous or any tender will not automatically be accepted.All communications must be made through NHS Supply Chain's eTendering portal at http://procurement.supplychain.nhs.uk/ISS/ using the Message Centre facility linked to this particular contract notice.

Value: 39636000
Published: 2017-06-08
Deadline: 2017-07-05
39636000 2017-06-08 2017-07-05
Thermometer Devices and Support Products.
UK Normanton NHS Supply Chain

This is an estimate only as precise quantities of likely purchases are unknown. It is anticipated that in the first 12 months of the Framework Agreement the value of purchases for this Lot will be in the region of £559 919 however this is approximate only. The figures below for the total estimated value are based on that initial expenditure.NHS Supply Chain anticipates appointing the 3 highest ranking Applicants (if there are 3 eligible bids), who meet the minimum requirements which are set out in these tender documents after a price only eAuction to this Lot of the Framework Agreement. NHS Supply Chain will only trade with the 1st ranked Applicant. In the event that the 1st ranked Applicant is unable (for any reason) to supply, then NHS Supply Chain reserves the right to procure the Goods from the 2nd and/or 3rd ranked Applicant(s) or re-open competition.

Value: 38643329
Published: 2017-05-17
Deadline: 2017-06-12
38643329 2017-05-17 2017-06-12
Polymer Products 2017.
UK Normanton NHS Supply Chain

Black Domestic Waste BagsThis is an estimate only as precise quantities of likely purchases are unknown. It is anticipated that in the first year of the Framework Agreement the value of purchases will be in the region of £1,320,009. The figures below for the total estimated value are based on that initial expenditure. NHS Supply Chain anticipates appointing the top 10 scoring Applicants to this Lot, should there be 10 or more suitable Applicants for this Lot.Only the highest scoring Applicant for this Lot will be listed in NHS Supply Chain's Catalogue for the first 12 months of the Framework Agreement. Subsequently for this Lot only the highest scoring Applicant will receive sales under the Framework Agreement for the first 12 months, further details in the Invitation to Tender.NHS Supply Chain anticipates re-opening competition on the date that is twelve months from the Commencement Date for this Lot (but it shall be under no obligation to re-open competition in such a manner or at all).

Value: 11458100
Published: 2017-05-11
Deadline: 2017-06-07
11458100 2017-05-11 2017-06-07
NHS Supply Chain Future Operating Model — Category Towers Procurement Services.
UK Newcastle upon Tyne NHS Shared Business Services Ltd (NHS SBS)

Please refer to the ITC suite of documents.

Value: 190000000
Published: 2016-12-24
Deadline: 2017-02-06
190000000 2016-12-24 2017-02-06
NHS Supply Chain Future Operating Model — Transformation Services to support the creation of an Inte
UK London Department of Health

External assistance is required to provide the leadership, resourcing, capacity and expertise required to deliver and establish the Intelligent Client Co-ordinator (ICC) as a fully functioning and resourced unit with the Authority and support other areas of the FOM programme as required by the Authority. By the time the ICC reaches a ‘business as usual’ phase it is expected to have approximately 200 employees. The Supplier is expected to not only review, challenge and develop the plans and models for the ICC and wider FOM programme already prepared by the Authority but, more importantly, to use the Supplier's expertise, resources and leadership skills effectively to implement and deliver the ICC and the wider FOM programme (subject to the Authority's overall authority and leadership). The Supplier shall provide a Core Team comprising of fifteen consultants which will be considered Key Personnel within the contract. The Supplier's Core Team shall comprise 2 groups as below:1) Supplier' Senior Leadership Team (‘SLT’) — shall comprise seven (7) experienced consultants to fulfil the following functional roles as described in the ITT: (Performance Management/Customer and Business Development/HR/Finance/IT/Programme Delivery/Transition). The SLT shall provide expert advice and leadership to the Authority's Leadership Team in all matters as required. The Supplier shall be responsible for leading delivery of the FOM and, in doing so, shall ensure that the SLT works collaboratively with the Authority's Leadership Team (‘ALT’).2) Extended Team — The balance of eight (8) consultants shall comprise a common pool of expertise, providing further breadth and capacity for delivery of the services under the direction of the SLT. The composition of the Extended Team shall be maintained throughout the contract period and, as a consequence, the eight consultants forming the Extended Team must have the capability to work in several functions.Optional Services during the contract period may be required at the Authority's discretion for the supply of additional resourcing where the requirements of the services necessitate the provision of resource in excess of the Core Team and may be sourced from the Supplier as ‘Optional Services’ or procured on a competitive basis from third party suppliers (depending on achieving best value for money).

Value: 20000000
Published: 2016-11-25
Deadline: 2017-01-09
20000000 2016-11-25 2017-01-09
Your Alerts:

Related articles...

Made by Statuo