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.

Contract Notice

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

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-047d85
Published by:
NHS Supply Chain
Authority ID:
AA21880
Publication date:
12 March 2025
Deadline date:
22 April 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NHS Supply Chain seeks to establish a framework agreement for the supply of - Minimally Invasive Surgery Instruments and Equipment and Maintenance Services.

It is anticipated that in the first 12 months of the Framework Agreement the value of purchases will be circa £131,000,000 however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

UK

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

NUTS: UKI4

Internet address(es)

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

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

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


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

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


Tenders or requests to participate must be sent to the abovementioned address


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

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

II.1.2) Main CPV code

33140000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

NHS Supply Chain seeks to establish a framework agreement for the supply of - Minimally Invasive Surgery Instruments and Equipment and Maintenance Services.

It is anticipated that in the first 12 months of the Framework Agreement the value of purchases will be circa £131,000,000 however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.

II.1.5) Estimated total value

Value excluding VAT: 543 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

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.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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.


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

"

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: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

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

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-021722

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 22/04/2025

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 23/04/2025

Local time: 09:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

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:

Lot 1 - ITT_1663

Lot 2 - ITT_1664

Lot 3 - ITT_1665

Lot 4 - ITT_1666

Lot 5 - ITT_1667

Lot 6 - ITT_1668

Lot 7 - ITT_1669

Lot 8 - ITT_1670

Please note: you must respond to ITT_1662 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) Procedures for review

VI.4.1) Review body

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

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

VI.5) Date of dispatch of this notice

19/02/2025

Coding

Commodity categories

ID Title Parent category
33141120 Clip, suture, ligature supplies Disposable non-chemical medical consumables and haematological consumables
33161000 Electrosurgical unit Operating techniques
33168100 Endoscopes Endoscopy, endosurgery devices
33168000 Endoscopy, endosurgery devices Operating techniques
33141126 Ligatures Disposable non-chemical medical consumables and haematological consumables
33140000 Medical consumables Medical equipments
33641200 Other gynaecologicals Medicinal products for the genitourinary system and sex hormones
50420000 Repair and maintenance services of medical and surgical equipment Repair and maintenance services of medical and precision equipment
50422000 Repair and maintenance services of surgical equipment Repair and maintenance services of medical and surgical equipment
33169000 Surgical instruments Operating techniques
33141122 Surgical staples Disposable non-chemical medical consumables and haematological consumables

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:
emma.pearson@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.