Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Prior Information Notice

Perfusion Devices, Consumables and Associated Equipment 2025

  • First published: 24 December 2023
  • Last modified: 24 December 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-042996
Published by:
NHS Supply Chain
Authority ID:
AA21880
Publication date:
24 December 2023
Deadline date:
-
Notice type:
Prior Information Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Products include, but are not limited to;

Heart & Lung Machine; Oxygenators; ECMO; Tubing packs; Cannulas; Organ preservation (new); Isolated Limb Perfusion (new); Associated products and accessories; Point of Sale Maintenance

Full notice text

Prior information notice

This notice is for prior information only

Section I: Contracting authority

I.1) Name and addresses

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

UK

Contact person: Jonathan Smith

E-mail: Jonathan.Smith7@supplychain.nhs.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/department-of-health

Address of the buyer profile: https://www.gov.uk/government/organisations/department-of-health/about/procurement

I.3) Communication

Additional information can be obtained from the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://nhssupplychain.app.jaggaer.com/


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

Perfusion Devices, Consumables and Associated Equipment 2025

II.1.2) Main CPV code

33100000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Perfusion category captures the scope of products that support the passage of fluid through the circulatory system or lymphatic system to an organ or a tissue where a patient is undergoing surgery or organs are being transplanted to keep the organ/tissue viable. There is a broad scope of products that can be captured in this category, precise quantities of which are unknown. It is anticipated that expenditure will be in the region of £4m to £11m in the first term (based on a 2+2 year term) 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 expectation is to utilise this PIN to enagage the marketplace to better understand the new device areas and as such provide clearer value at the point of tendering.

At this time the estimated total value of the Framwirk Agreement for the full term is in the region of £11 million - £18 million

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 any NHS Trust, or any other NHS entity. Only NHS Supply Chain can order from the Framework Agreement and enter into contracts under it.

II.1.5) Estimated total value

Value excluding VAT: 22 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Maximum number of lots that may be awarded to one tenderer: 3

II.2) Description

Lot No: 1

II.2.1) Title

Perfusion Packs

II.2.2) Additional CPV code(s)

33186000

33194000

33195000

33621400

33692400

42122419

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Various Locations in the UK

II.2.4) Description of the procurement

Products include, but are not limited to;

Heart & Lung Machine; Oxygenators; ECMO; Tubing packs; Cannulas; Organ preservation (new); Isolated Limb Perfusion (new); Associated products and accessories; Point of Sale Maintenance

II.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £4m to £11m in the first term (based on a 2+2 year term) 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.

Lot No: 2

II.2.1) Title

Perfusion Consumables

II.2.2) Additional CPV code(s)

33186000

33194000

33195000

33621400

33692400

42122419

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Various Locations in the UK

II.2.4) Description of the procurement

Products include, but are not limited to;

Heart & Lung Machine; Oxygenators; ECMO; Tubing packs; Cannulas; Organ preservation (new); Isolated Limb Perfusion (new); Asscociated products and accessories; Point of Sale Maintenance

II.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £4m to £11m in the first term (based on a 2+2 year term) 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.

Lot No: 3

II.2.1) Title

Perfusion Capital Equipment

II.2.2) Additional CPV code(s)

33186000

33194000

33195000

33621400

33692400

42122419

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Various Locations in the UK

II.2.4) Description of the procurement

Products include, but are not limited to;

Heart & Lung Machine; Oxygenators; ECMO; Tubing packs; Cannulas; Organ preservation (new); Isolated Limb Perfusion (new); Associated products and accessories; Point of Sale Maintenance

II.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £4m to £11m in the first term (based on a 2+2 year term) 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.

II.3) Estimated date of publication of contract notice:

25/06/2025

Section IV: Procedure

IV.1) Description

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

Section VI: Complementary information

VI.3) Additional information

The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during the subsequent 12 months. The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time.

The Framework Agreement will be between NHS Supply Chain and the Supplier. Under the Framework Agreement there will be two different methods of supply - one for Non-Direct Contract Products and one for Direct Contract Products.

NHS Supply Chain will be entitled to purchase the supplies and/or services identified in the tender documents as Non-Direct Contract Products which it will then 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.

For the supplies and/or services identified as Direct Contract Products in the tender documents 1) NHS Supply Chain; 2) any NHS Trust; 3) any other NHS entity; 4) any government department, agency or other statutory body 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 and/or services under the Framework.

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-of-social-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.

NHS Supply Chain is currently considering the use of lots for this procurement. However, it reserves the right not to as part of any future tender process. Further information in respect of the lot strategy will be set out in the notice for the forthcoming procurement.

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). Candidates wishing to complete the Request for Information must register their expression of interest. The RFI document will then be sent via the Jaggaer Messaging Centre. Any additional information relating to this PIN will also be issued via the Jaggaer Messaging Centre.

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 “SQs Open to All Suppliers”

EXPRESSION OF INTEREST

- Find Perfusion Devices, Consumables and Associated Equipment 2025 and click on the blue text

- Express an interest by clicking the ‘EXPRESS INTEREST’ button in the top right corner

- The RFI document will then be sent to you via the Jaggaer Messaging Centre

- Applicants have 4 weeks from the dispatch of this notice to complete and return the RFI Document

VI.5) Date of dispatch of this notice

22/12/2023

Coding

Commodity categories

ID Title Parent category
33621400 Blood substitutes and perfusion solutions Medicinal products for the blood and blood-forming organs
33194000 Devices and instruments for transfusion and infusion Miscellaneous medical devices and products
33186000 Extracorporeal circulatory unit Functional support
33100000 Medical equipments Medical equipments, pharmaceuticals and personal care products
33195000 Patient-monitoring system Miscellaneous medical devices and products
42122419 Perfusion pumps Pumps
33692400 Perfusion solutions Medical solutions

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Jonathan.Smith7@supplychain.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.