Continence Goods and Services 2024

Award

Value

£100,000,000

Classifications

  • Incontinence kit
  • Home delivery of incontinence products
  • Urology, exploration devices
  • Catheters
  • Balloon catheters
  • Catheter accessories
  • Collector and collection bags, drainage and kits
  • Collection bag
  • Bags for urine
  • Miscellaneous medical devices and products
  • Medical clothing
  • Personal care products
  • Disposable personal wipes
  • Para-pharmaceutical creams or lotions

Tags

  • award
  • contract

Published

4 months ago

Description

A Framework Agreement for the supply of Continence Goods & Services. The duration of the framework is 4 years (3 year initial term with the option to extend for 12 months). The framework is split into the following lots:
- Lot 1: Bulk Provision of Continence Goods and Services
The scope of this lot includes:
* Wearable continence products
* Washable and disposable underpads
* Clinical support
* Bulk delivery service.
- Lot 2: Home Delivery Provision of Continence Goods & Services
The scope of this lot includes:
* Wearable continence products
* Washable and disposable underpads
* Clinical support
* IT management system
* Home delivery service
- Lot 3A: Continence & Pelvic Health Accessories
The following products are included within the scope of this lot, however, this list is not exhaustive:
- Faecal management products
- Skincare
- Pelvic health products
Products supplied in this lot will be delivered to a central location designated by the Participating Authority.
- Lot 3B: Home Delivery Provision of Continence & Pelvic Health Accessories
The scope of this lot includes all the products listed under lot 3A, however, products supplied in this lot will be delivered directly to patients in the community, including individuals' homes, residential and nursing homes.
- Lot 4: Aggregated Lot
This lot facilitates the provision to permit Participating Authorities to tailor bespoke products and service specifications to accommodate their requirements and contractually commit in advance to purchasing a specified value and/or volume of their requirements. Requirements can be in any combination of more than one lot of the Framework. All successful suppliers are automatically awarded.
TERMS AND CONDITIONS / ACTIVITY BASED INCOME (ABI) The terms and conditions of this Agreement and any resulting call-off contract is appended to the ITT. These terms include provisions requiring the payment by the supplier of an ABI management charge in consideration of the award of this Agreement, the management and administration by HTE of the overall contract structure and associated documentation, as well as the requirement to submit regular management information to HTE.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Disposable and Washable Continence Care

NHS Supply Chain seeks to establish a framework agreement 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. The framework will cover a large range of products including Adult Pull up pants, All in ones and belted products, shaped pads, Fixation pants, Paediatric disposable products, Washable products for Adults and Children and accessories and Sensor technology products for continence care. It is anticipated that initial expenditure will be approximately £84,000,000.00 in the first year of the Framework Agreement. The estimated value over the total Framework Agreement term of four years is in the region of £335,000,000.00 excluding VAT. These are approximates only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. Preliminary market engagement was carried out during PCR 2015 with incumbent and potential new suppliers, the engagement consisted of:- - 49 suppliers expressed an interest these are a mixture of incumbent suppliers (7) on the current framework and potential new suppliers (42). - 28 suppliers responded to the PIN with either a question or the supplier has provided information in relation to the RFI. - Direct Engagement from suppliers has been received via email direct to Category who have responded or held telephone calls with 25 potential new suppliers. - The draft Product Specification and Product List were shared. - The draft Sustainability and Social Value document was shared. The identifier codes for the Prior information Notice are as follows: Notice identifier: 2024/S 000-008741 Procurement identifier: ocds-h6vhtk-044a20

Katy Reed

Published 3 weeks ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete