Tender

Total Orthopaedic Solutions 3 (TOS3) (FaT)

  • NHS Supply Chain

F02: Contract notice

Notice identifier: 2023/S 000-000661

Procurement identifier (OCID): ocds-h6vhtk-03751f

Published 10 January 2023, 12:58pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Contact

Mark Lezemore

Email

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

Internet address

https://www.gov.uk/courts-tribunals