Tender

Surgical Instruments

  • Supply Chain Coordination Ltd (SCCL)

F02: Contract notice

Notice identifier: 2025/S 000-000886

Procurement identifier (OCID): ocds-h6vhtk-047316

Published 10 January 2025, 3:19pm



Section one: Contracting authority

one.1) Name and addresses

Supply Chain Coordination Ltd (SCCL)

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Contact

Paul Craven

Email

paul@procommercialltd.co.uk

Country

United Kingdom

Region code

UKI4 - Inner London – East

Internet address(es)

Main address

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

Buyer's address

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

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

National or federal Agency/Office

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Surgical Instruments

two.1.2) Main CPV code

  • 33169000 - Surgical instruments

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHS Supply Chain seeks to establish a Framework for the supply of Surgical Instruments including Single Use Surgical Instruments, Reusable Surgical Instruments, Scalpel Blades, Scalpel Handles, Disposable Handles and Blade Removers, Repair and Maintenance of Surgical Instruments and Metal Instrument Recycling. It is anticipated that in the first 12 months of the Framework Agreement the value of purchases will be circa £27,750,000 (approximate only). The figures for the total estimated value are based on initial expenditure and include a forecast for growth.

two.1.5) Estimated total value

Value excluding VAT: £111,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
5

Maximum number of lots that may be awarded to one tenderer: 5

two.2) Description

two.2.1) Title

Lot 1 – Single Use instruments & Packs

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 33169000 - Surgical instruments

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Lot 1 is for single use instruments including forceps, scissors, scalpel handles, needle holders and single use instrument packs intended for use in a wide range of medical and surgical applications that includes but shall not be limited to:

-Ear, nose and throat/Sinus/Plastic surgery.

-Cardiothoracic.

-Dermal/Podiatry.

-Obstetrics and gynaecology.

-Dental.

-Neurosurgery

two.2.5) Award criteria

Quality criterion - Name: Service & Supply / Weighting: 20

Quality criterion - Name: Customer Service & Contract Management / Weighting: 30

Quality criterion - Name: Social Value / Weighting: 20

Cost criterion - Name: Commercial Envelope / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £60,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

5 August 2025

End date

4 August 2029

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: Yes

Description of options

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 24 months.

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.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure in the first year of this Framework Agreement will be in the region of £27,750,000 (all lots) and £15,000,000 (Lot 1); however these values are approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.2) Description

two.2.1) Title

Lot 2 – Reusable Surgical Instruments

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 33169000 - Surgical instruments

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Lot 2 is for reusable instruments which includes but shall not be limited to:

-Intestinal clamps

-Hard edge and ultra-cutting scissors

-Nasal chisel

-Gags

-Tuning fork

-Blacks file

-Rasps and raspatories

-Chisels, gouges and osteotomes

-Maxilla instruments

-Tonsillectomy instruments

-Sterilisation/autoclave trays, baskets and containers

-Skin hooks

-Wire cutters

-Hammer

-Rongeurs

-Ring cutters

-Mouth props

-Self-retaining retraction systems

-Skin grafting knives

-Depressors

-Curettes scoops

-Bone cutters

-Clamps

-Bag clips

-Dilators

-Sounds & bougies

-Aneurysm needles

-Myoma screws

-Bone levers & bone instruments

-Bone & rib shears

-Rib spreaders

-Spatula, applicator

two.2.5) Award criteria

Quality criterion - Name: Service & Supply / Weighting: 20

Quality criterion - Name: Customer Service & Contract Management / Weighting: 30

Quality criterion - Name: Social Value / Weighting: 20

Cost criterion - Name: Commercial Envelope / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £20,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

5 August 2025

End date

4 August 2029

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: Yes

Description of options

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 24 months.

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.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure in the first year of this Framework Agreement will be in the region of £27,750,000 (all lots) and £5,000,000 (Lot 2); however these values are approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.2) Description

two.2.1) Title

Lot 3 – Scalpel blades, Scalpel handles, Disposable Scalpels and Blade Removers

Lot No

Lot 3

two.2.2) Additional CPV code(s)

  • 33169000 - Surgical instruments

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Lot 3 is for Scalpel blades which includes but shall not be limited to:

-Scalpel blades

-Scalpel handles to fit the blades

-Disposable scalpels

-Blade removers

two.2.5) Award criteria

Quality criterion - Name: Service & Supply / Weighting: 20

Quality criterion - Name: Customer Service & Contract Management / Weighting: 30

Quality criterion - Name: Social Value / Weighting: 20

Cost criterion - Name: Commercial Envelope / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

5 August 2025

End date

4 August 2029

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: Yes

Description of options

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 24 months.

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.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure in the first year of this Framework Agreement will be in the region of £27,750,000 (all lots) and £2,500,000 (Lot 3); however these values are approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.2) Description

two.2.1) Title

Lot 4 – Repair, Maintenance, Refurbishment of Reusable Surgical Instruments

Lot No

Lot 4

two.2.2) Additional CPV code(s)

  • 50420000 - Repair and maintenance services of medical and surgical equipment
  • 50422000 - Repair and maintenance services of surgical equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Lot 4 is for the repair, refurbishment, and maintenance of surgical instruments. The scope of instruments that will require repair, refurbishment and maintenance is wide ranging and this includes (but shall not be limited to) reusable instruments (detailed in lot 2) intended for medical and surgical procedures including cutting, scratching, scraping, clamping, retracting, clipping or similar procedures.

two.2.5) Award criteria

Quality criterion - Name: Service & Supply / Weighting: 5

Quality criterion - Name: Customer Service & Contract Management / Weighting: 50

Quality criterion - Name: Social Value / Weighting: 15

Cost criterion - Name: Commercial Envelope / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £20,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

5 August 2025

End date

4 August 2029

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: Yes

Description of options

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 24 months.

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.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure in the first year of this Framework Agreement will be in the region of £27,750,000 (all lots) and £5,000,000 (Lot 4); however these values are approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.2) Description

two.2.1) Title

Lot 5 – Metal Instrument Recycling

Lot No

Lot 5

two.2.2) Additional CPV code(s)

  • 42914000 - Recycling equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Lot 5 is for the recycling of metal surgical instruments encompassing the collection, transportation, segregation, treatment, disposal and trading of the resultant appropriately treated scrap metal waste.

two.2.5) Award criteria

Quality criterion - Name: Service & Supply / Weighting: 10

Quality criterion - Name: Customer Service & Contract Management / Weighting: 42

Quality criterion - Name: Social Value / Weighting: 18

Cost criterion - Name: Commercial Envelope / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

5 August 2025

End date

4 August 2029

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: Yes

Description of options

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 24 months.

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.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure in the first year of this Framework Agreement will be in the region of £27,750,000 (all lots) and £250,000 (Lot 5); however these values are approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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 and one for Direct Contract Products.

NHS Supply Chain will be entitled to purchase the supplies and/or services identified in the tender documents 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 in the tender documents; 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.

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.

Please note that the maximum number of suppliers as set out in IV.1.3 is an estimate only.

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

three.2) Conditions related to the contract

three.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 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: 54

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-019702

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

Date

10 February 2025

Local time

3:00pm

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: 9 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

11 February 2025

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

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

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_1519 - Selection Questionnaire

ITT_1520 - Lot 1 – Single Use Instruments & Packs

ITT_1521 - Lot 2 – Reusable Surgical Instruments

ITT_1522 - Lot 3 – Scalpel Blades, Scalpel Handles, Disposable Scalpels and Blade Removers

ITT_1523 - Lot 4 – Repair and maintenance of Surgical Instruments

ITT_1524 - Lot 5 - Metal Instrument Recycling

Please note: you must respond to ITT_1519 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.

six.4) Procedures for review

six.4.1) Review body

Not Applicable

Not Applicable

Country

United Kingdom

six.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).