The procurement documents are available for unrestricted and full direct access, free of charge at:
Lot No: 1
II.2.1) Title
Clips & Clip Appliers
II.2.2) Additional CPV code(s)
33141120
33141126
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for the supply of Clips & Clip Appliers for open, laparascopic, other minimally invasive approaches, including but not limited to the below; ( Excludes aneurysm clips)
Ligation products
Clips and clips cartridges
Clip appliers
Clip removers
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value
/ Weighting: 10%
Quality criterion: All Lot Questions
/ Weighting: 20%
Quality criterion: Lot Scenario Questions
/ Weighting: 40%
Price
/ Weighting:
30%
II.2.6) Estimated value
Value excluding VAT:
44 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
This framework agreement will have the option to extend up to a total period of 48 months.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be
in the region of £11,000,000 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.
Lot No: 2
II.2.1) Title
Advanced Energy Based Devices
II.2.2) Additional CPV code(s)
33161000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for the supply of Advanced Energy Devices, including but not limited to the below
product ranges;
Advanced Bipolar Energy
Bipolar Energy
Argon Energy
Ultra-Sonic Energy
Dual Energy (Advanced Bipolar and Ultrasonic)
Plasma Energy
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value
/ Weighting: 10%
Quality criterion: All Lot Questions
/ Weighting: 20
Quality criterion: Lot Scenario Questions
/ Weighting: 40%
Price
/ Weighting:
30%
II.2.6) Estimated value
Value excluding VAT:
132 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
This framework agreement will have the option to extend up to a total period of 48 months.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Surgical Stapling Devices
II.2.2) Additional CPV code(s)
33141122
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for the supply of Surgical Stapling Devices, including but not limited to the below
product ranges;
Open Stapling
Laparoscopic Stapling
Circular Stapling
Haemorrhoidal Stapling
Multi-Purpose Stapling System (Open, Laparoscopic, Circular)
Purse String Clamp
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value
/ Weighting: 10%
Quality criterion: All Lot Questions
/ Weighting: 20
Quality criterion: Lot Scenario Questions
/ Weighting: 40%
Price
/ Weighting:
30%
II.2.6) Estimated value
Value excluding VAT:
109 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
This framework agreement will have the option to extend up to a total period of 48 months.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be
in the region of £26,000,000 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.
Lot No: 4
II.2.1) Title
Minimally Invasive Surgery Instrument, Devices and Consumables
II.2.2) Additional CPV code(s)
33168000
33168100
33169000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for the supply of Laparoscopic Instruments and Accessories, including but not
limited to the below product ranges;
Accessories
Single Use Instrumentation
Electrosurgery
Gamma Probes
Morcellation
Needle Products
Retraction Products
Specimen Retrieval Bags
Suction Irrigation
Telescopic & Light Devices
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value
/ Weighting: 10%
Quality criterion: All Lot Questions
/ Weighting: 20
Quality criterion: Lot Scenario Questions
/ Weighting: 40%
Price
/ Weighting:
30%
II.2.6) Estimated value
Value excluding VAT:
79 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
This framework agreement will have the option to extend up to a total period of 48 months.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be
in the region of £19,000,000 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.
Lot No: 5
II.2.1) Title
Trocar Systems and Accessories
II.2.2) Additional CPV code(s)
33140000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for the supply of Trocars, including but not limited to the below product ranges;
Single use trocars
Reusable and hybrid trocars
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value
/ Weighting: 10%
Quality criterion: All Lot Questions
/ Weighting: 20
Quality criterion: Lot Scenario Questions
/ Weighting: 40%
Price
/ Weighting:
30%
II.2.6) Estimated value
Value excluding VAT:
78 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
This framework agreement will have the option to extend up to a total period of 48 months.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be
in the region of £19,000,000 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.
Lot No: 6
II.2.1) Title
Gynaecological Endoscopy and Uterine Ablation
II.2.2) Additional CPV code(s)
33641200
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for the supply of Gynaecological Endoscopy, including but not limited to the below
product ranges;
Endometrial Ablation System
Hysteroscopy
Uterine Manipulator
Uterine Tissue Removal System
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value
/ Weighting: 10%
Quality criterion: All Lot Questions
/ Weighting: 20
Quality criterion: Lot Scenario Questions
/ Weighting: 40%
Price
/ Weighting:
30%
II.2.6) Estimated value
Value excluding VAT:
49 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
This framework agreement will have the option to extend up to a total period of 48 months.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be
in the region of £12,000,000 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.
Lot No: 7
II.2.1) Title
Minimally Invasive Surgery Procedure Kits
II.2.2) Additional CPV code(s)
33140000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for the supply of Laparoscopic Kits.
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value
/ Weighting: 10%
Quality criterion: All Lot Questions
/ Weighting: 20
Quality criterion: Lot Scenario Questions
/ Weighting: 40%
Price
/ Weighting:
30%
II.2.6) Estimated value
Value excluding VAT:
14 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
This framework agreement will have the option to extend up to a total period of 48 months.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be
in the region of £3,000,000 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.
Lot No: 8
II.2.1) Title
Maintenance of Minimally Invasive Surgery Instruments and Equipment
II.2.2) Additional CPV code(s)
50420000
50422000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for the Servicing & Maintenance of Laparoscopic Equipment.
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value
/ Weighting: 10%
Quality criterion: All Lot Questions
/ Weighting: 20
Quality criterion: Lot Scenario Questions
/ Weighting: 40%
Price
/ Weighting:
30%
II.2.6) Estimated value
Value excluding VAT:
38 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
This framework agreement will have the option to extend up to a total period of 48 months.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be
in the region of £9,000,000 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.
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
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.
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 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 in Lots 1-7 and one for Direct Contract Services in Lot 8.
NHS Supply Chain will be entitled to purchase the supplies and/or services identified below 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 below 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.
Non-Direct Contract Products
Lot 1 Clips & Appliers
Lot 2 Advanced Energy Based Devices
Lot 3 Surgical Stapling Devices
Lot 4 Minimally Invasive Surgery Instruments, Devices & Consumables
Lot 5 Trocar Systems & Accessories
Lot 6 Gynaecological Endoscopy and Uterine Ablation
Lot 7 Minimally Invasive Surgery Procedure Kits
Direct Contract Products
Lot 8 Maintenance of Minimally Invasive Surgery Instruments and Equipment
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) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Parent company or other guarantees may be required in certain circumstances. Further details will be in the tender documents.
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.
— Login with URL https://nhssupplychain.app.jaggaer.com// .
— Click on ITTs Open to All Suppliers.
Please note: you must respond to ITT_1541 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.
Please refer to Section III.1.1 for additional information.