Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Contact
Mark Lezemore
Mark.lezemore1@supplychain.nhs.uk
Telephone
+44 1158578842
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
https://www.supplychain.nhs.uk/
Buyer's address
https://nhssupplychain.app.jaggaer.com/
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://nhssupplychain.app.jaggaer.com/
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Total Orthopaedic Solutions 3 (TOS3) (FaT)
Reference number
Project_0967
two.1.2) Main CPV code
- 33141700 - Orthopaedic supplies
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Total Orthopaedic Solutions 3 framework is the third iteration of the successful framework for the provision or orthopaedic goods and services to the NHS which was introduced in 2014. It is designed as a single comprehensive orthopaedic agreement, focused on delivering continued benefits and value to the NHS and it's patients. There shall be 3 Orthopaedic Lots detailed in this Notice.
It will be a non-exclusive Framework Agreement (FWA) for the supply to the NHS Supply Chain customer base predominantly via the NHS Supply Chain eDirect route to market for orthopaedic consumables, orthopaedic instruments, orthopaedic software and limited orthopaedic theatre support services. Products include: orthopaedic medical devices, orthopaedic theatre procedure consumables and instruments.
It is anticipated that expenditure will be in the region of £1,818,000,000 to £2,062,000,000 over the 4 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.
two.1.5) Estimated total value
Value excluding VAT: £2,062,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
two.2) Description
two.2.1) Title
Implants & Consumables
Lot No
1
two.2.2) Additional CPV code(s)
- 33141700 - Orthopaedic supplies
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The supply of hip, knee and sports medicine arthroplasty, orthopaedic extremities, orthopaedic internal & external implants, spine implants, bone preparation and consumables and regenerative technology.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Orthopaedic Equipment
Lot No
2
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Specific Orthopaedic Equipment used in orthopaedic, trauma and spine theatres which includes but is not limited to: Robotics, Navigation, Imaging, Fluid management, Arthroscopic consoles & stack systems, High speed power tools, Large and small bone power tools & Reusable Pulse Lavage, Helmets, Tourniquets machines, Bone harvesting / milling, Ultrasound cement removal, Cement mixing capital equipment, Ultrasound bone healing, Neuromonitoring (spine surgery), Autologous Bone Marrow, Aspirate, Autologous Blood Transfusion, Autologous Platelet Rich Plasma, Other Autologous System
This excludes generic equipment such as those used in general surgery.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £50,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Orthopaedic Services and Solutions
Lot No
3
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Supportive services, solutions, products, and programs which aid in the treatment of patients undergoing MSK pathway procedures. eg patient wearable devices, patient/clinician applications, procedure / patient planning software, orthopaedic managed equipment servicing, technical support, operational efficiency programs and value healthcare solutions.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £12,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 100
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-028722
four.2.2) Time limit for receipt of tenders or requests to participate
Date
29 March 2023
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 11 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
4 April 2023
Local time
9:05am
Place
United Kingdom
Information about authorised persons and opening procedure
NHS Supply Chain Orthopaedic Complex Medical Specialty Procurement Sourcing staff
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This notice is to draw attention to a procurement by Supply Chain Coordination Ltd (SCCL) trading as NHS Supply Chain which will result in the award of the National Framework Agreement "Total Orthopaedic Solutions 3 (TOS3)". The framework will be accessible by all parts of the NHS via NHS Supply Chain who will be entitled to purchase the supplies identified in the tender documents as Non-Direct Contract Products. The products will be made available for purchase by: 1) any NHS Trust, shared service, purchasing or contracting Authority; 2) any other NHS entity or Local Authority; 3) any government department agency or other statutory body 4) any private sector entity active in the UK healthcare sector and/or; 5) any third party / managed service acting on behalf of the NHS.
Key requirements for submission are: 1) Declarations of Conformity, 2) Certificates of Conformity from an UK Approved Body (UKCA) or EU Notified Body (CE), covering all products intended for submission under the tender, to demonstrate compliance to UK Medical Device Regulations 2002, 3) evidence of an effective quality control system and an environmental control system covering all segments of the Applicant's and the product's supply chain. Valid ISO 9001:2015 and ISO14001 accreditation by an external certification body is preferred, 4) Public Liability Insurance cover of £5m per claim, 5) Product Liability Insurance cover of £5m per claim or £5m per claim and in the annual aggregate. If an Applicant commits to obtain ISO9001:2015 or equivalent, ISO14001 or equivalent, Public Liability Insurance or Product Liability Insurance at the time of award, such certification must be in place prior to the commencement date of the framework agreement.
The NHS has adopted PPN 06/20 2022 taking account of social value in the award of government contracts therefore this Framework Agreement will include some qualitative evaluation questions on Social Value. To understand what’s included in Social Value, see: https://www.gov.uk/government/publications/procurement-policy-note-0620-takingaccount-ofsocialvalue-in-the-award-of-central-government-contracts . In addition, from April 2023, the NHS will adopt the Government’s recommendations on carbon reduction (PPN 06/21). ‘Taking Account of Carbon Reduction Plans‘
Applicants wishing to respond to this opportunity must do so via the NHS Supply Chain’s eProcurement portal accessed at https://nhssupplychain.app.jaggaer.com/
Within the supplier area, click ‘SQs Open to All Suppliers’ link and select ITT_767 - Total Orthopaedic Solutions 3 (TOS3) - Main ITT.
If not yet registered, click on the ‘Register here' link to access the registration page. Complete the registration pages as guided by the mini guide found on the landing page.
Applicants should download the Supplier User Guide located within the eProcurement portal.
Select “My ITT’s”,
Select the three ”…” to the top right hand side of the screen.
Should Applicants require any system support or help to locate and submit a bid for the opportunity they
should contact the Jaggaer Helpdesk on;
Tel: 0800 069 8630
Email: help_uk@jaggaer.com
six.4) Procedures for review
six.4.1) Review body
The High Court
Strand
London
WC2A 2LL
Country
United Kingdom