Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Pressure Area Care and Patient Handling

  • Cyhoeddwyd gyntaf: 12 Mawrth 2025
  • Wedi'i addasu ddiwethaf: 12 Mawrth 2025
  • Fersiwn: N/A
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Eicon Gwybodaeth
Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-04847b
Cyhoeddwyd gan:
NHS Supply Chain
ID Awudurdod:
AA21880
Dyddiad cyhoeddi:
12 Mawrth 2025
Dyddiad Cau:
17 Mawrth 2025
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

"NHS Supply Chain seeks to establish a Framework Agreement for Pressure Area Care and Patient Handling.

This includes the following requirements which have been sub-divided into Lots:

Lot 1: Beds, Mattresses, Pressure Reducing Products, Manual Handling Equipment and associated products.

Lot 2: Managed Service for Beds, Mattresses and associated products

Lot 3: Rental and Decontamination.

It is anticipated that in the first twelve months of the Framework, the total value of purchases under it will be around £42,110,000. For the full 48 month term, the anticipated value is around £198,450,000 . These values are approximate only and are based on the most recent historical usage information, with a forecasted level of usage. The value provided are for guidance only and are not a guarantee of business with successful Tenderers.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

UK

E-bost: emma.pearson@supplychain.nhs.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.gov.uk/government/organisations/department-of-health

Cyfeiriad proffil y prynwr: https://www.gov.uk/government/organisations/department-of-health/about/procurement

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

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


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

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


Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:


I.4) Y math o awdurdod contractio

Asiantaeth/swyddfa genedlaethol neu ffederal

I.5) Prif weithgaredd

Iechyd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Pressure Area Care and Patient Handling

II.1.2) Prif god CPV

33192100

 

II.1.3) Y math o gontract

Cyflenwadau

II.1.4) Disgrifiad byr

"NHS Supply Chain seeks to establish a Framework Agreement for Pressure Area Care and Patient Handling.

This includes the following requirements which have been sub-divided into Lots:

Lot 1: Beds, Mattresses, Pressure Reducing Products, Manual Handling Equipment and associated products.

Lot 2: Managed Service for Beds, Mattresses and associated products

Lot 3: Rental and Decontamination.

It is anticipated that in the first twelve months of the Framework, the total value of purchases under it will be around £42,110,000. For the full 48 month term, the anticipated value is around £198,450,000 . These values are approximate only and are based on the most recent historical usage information, with a forecasted level of usage. The value provided are for guidance only and are not a guarantee of business with successful Tenderers.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 198 450 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Beds, Mattresses, Pressure Reducing Products and Manual Handling Equipment and associated products

II.2.2) Cod(au) CPV ychwanegol

33190000

33192100

33192120

33192130

33192150

33192600

34946240

39143111

39143112

39143116

39512100

39512300

39516110

39541220

42416300

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

Various Locations in the UK

II.2.4) Disgrifiad o’r caffaeliad

This Lot is for the supply of Beds, Mattresses, Pressure Reducing Products and Manual Handling Equipment and associated products.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 151 400 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 01/12/2025

Diwedd: 30/11/2027

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

This Framework Agreement will have the option for up to a total period of 4 years from the Commencement date.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £32,000,000 in the first year. These are approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

Rhif y Lot 2

II.2.1) Teitl

Managed Services for Beds, Mattresses and associated products

II.2.2) Cod(au) CPV ychwanegol

85111000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

Various Locations in the UK

II.2.4) Disgrifiad o’r caffaeliad

This lot is for the provision of Managed Services to include Beds, Mattresses and associated products

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 46 500 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 01/12/2025

Diwedd: 30/11/2027

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

This Framework Agreement will have the option for up to a total period of 4 years from the Commencement date.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £10,000,000 in the first year. These are approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

Rhif y Lot 3

II.2.1) Teitl

Rental and Decontamination

II.2.2) Cod(au) CPV ychwanegol

85110000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

Various Locations in the UK

II.2.4) Disgrifiad o’r caffaeliad

This Lot is is to provide rental and decontamination services to include Beds, Mattresses and associated products.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 550 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 01/12/2025

Diwedd: 30/11/2027

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

This Framework Agreement will have the option for up to a total period of 4 years from the Commencement date.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £110,000 in the first year. These are approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

Applicants should refer to II.2 of this Contract Notice for further details in respect of appointment to the individual Lots across the Framework Agreement.

Applicants may bid for one, more than one or all of the Lots and Applicants should refer to the Invitation to Tender for more information in respect of this.

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 initiatives.

NHS Supply Chain will share savings information in order to assist its customers with making informed procurement decisions.

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 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 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.

(Delete if not applicable)For Direct Contract Products the Supplier will be required to report to and pay a direct contract management fee to NHS Supply Chain as detailed 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 https://nhssupplychain.app.jaggaer.com// using the Message Centre facility linked to this particular contract notice.

III.1.2) Statws economaidd ac ariannol

Lefel(au) gofynnol y safonau sydd eu hangen:

Parent company or other guarantees may be required in certain circumstances. Further details will be in the tender documents.

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

The Contracting Authority reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

The Framework Agreement includes obligations with respect to environmental issues and a requirement for successful suppliers to comply with the NHS Supply Chain Code of Conduct.

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2024/S 000-023179

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 17/03/2025

Amser lleol: 15:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 7  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 18/03/2025

Amser lleol: 9:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

Submission of expression of interest and procurement specific information:

This procurement exercise will be conducted on the NHS Supply Chain eTendering portal at https://nhssupplychain.app.jaggaer.com//

Candidates 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 eTendering 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 ‘Not Registered Yet’ link to access the registration page.

— Complete the registration pages as guided by the mini guide found on the landing page.

Portal access.

If registration has been completed:

— Login with URL https://nhssupplychain.app.jaggaer.com// .

— Click on ITTs Open to All Suppliers.

— Select from the following ITTs:

ITT_1559

ITT_1560

ITT_1561

Jaggaer Project Reference :1214

Please note: you must respond to ITT_1558 In addition to any lots you intend to respond to.

— Click on Express Interest.

— If you intend to respond select Intend to Respond.

Applicants are encouraged to download the supplier handbook located within the eProcurement portal by following the 'Supplier Helpcentre' link within the Useful Links section of the Dashboard.

For any technical help with the portal please contact:

Tel: 0800 069 8630 or email: help_uk@jaggaer.com

Please refer to Section III.1.1 for additional information.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Not Applicable

Not Applicable

UK

VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu

Not Applicable

Not Applicable

UK

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended)

VI.5) Dyddiad anfon yr hysbysiad hwn

12/02/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
34946240 Cadeiriau a lletemau cadair Deunyddiau a chyflenwadau adeiladu traciau rheilffordd
39516110 Clustogau Eitemau dodrefnu
39143116 Crudiau Dodrefn ystafell wely, ystafell fwyta ac ystafell fyw
33192600 Cyfarpar cario ar gyfer y sector gofal iechyd Dodrefn meddygol
39143111 Cynalyddion matres Dodrefn ystafell wely, ystafell fwyta ac ystafell fyw
39512100 Dalennau Dillad gwely
33190000 Dyfeisiau a chynhyrchion meddygol amrywiol Cyfarpar meddygol
42416300 Dyfeisiau codi Lifftiau, dyfeisiau codi sgipiau, dyfeisiau codi, escaladuron a llwybrau symudol
39512300 Gorchuddion matresi Dillad gwely
85111000 Gwasanaethau ysbyty Gwasanaethau ysbyty a gwasanaethau cysylltiedig
85110000 Gwasanaethau ysbyty a gwasanaethau cysylltiedig Gwasanaethau iechyd
33192130 Gwelyau â modur Dodrefn meddygol
33192100 Gwelyau at ddefnydd meddygol Dodrefn meddygol
33192150 Gwelyau therapi Dodrefn meddygol
33192120 Gwelyau ysbyty Dodrefn meddygol
39143112 Matresi Dodrefn ystafell wely, ystafell fwyta ac ystafell fyw
39541220 Slingiau Rheffynwaith, rhaff, cortyn a rhwyd

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
emma.pearson@supplychain.nhs.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.