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
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).