Future opportunity

Integrated Theatres Related Products and Services

  • NHS Supply Chain Operated by DHL Supply Chain Ltd acting as agent of Supply Chain Coordination Ltd (SCCL)

F01: Prior information notice (prior information only)

Notice reference: 2021/S 000-000922

Published 15 January 2021, 11:24pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain Operated by DHL Supply Chain Ltd acting as agent of Supply Chain Coordination Ltd (SCCL)

c/o Skipton House, 80 London Road

London

SE1 6LH

Contact

Adam Williamson

Email

Adam.williamson@supplychain.nhs.uk

Telephone

+44 7834624738

Country

United Kingdom

NUTS 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

Additional information can be obtained from another address:

DHL Supply Chain Limited

Foxbridge Way

Normanton

WF6 1TL

Contact

Adam Williamson

Email

Adam.williamson@supplychain.nhs.uk

Telephone

+44 7834624738

Country

United Kingdom

NUTS code

UKE4 - West Yorkshire

Internet address(es)

Main address

www.supplychain.nhs.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

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

Integrated Theatres Related Products and Services

two.1.2) Main CPV code

  • 33168000 - Endoscopy, endosurgery devices

two.1.3) Type of contract

Supplies

two.1.4) Short description

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £1m to £5m 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. The total expenditure over the whole Framework Agreement term (including any extension options) is estimated to be between £5m and £20m, (2+2 year term).

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33162000 - Operating theatre devices and 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

The Framework Agreement is for the design, supply, delivery, installation, project management and commissioning of a fully Integrated Operating Theatre system for high definition Endoscopic surgery. The Framework itself is strictly for the integration product of the theatre but all aspects of an integrated theatre including but not limited to: Imaging devices, Lights, Pendants Surgeons panels, Operating tables etc will be able to be purchased alongside the core integrated product.

The purchase of individual options of an integrated theatre will not be able to be facilitated via this Framework Agreement. Project management will include the provision of full user training, post-installation support options and responsibility for and management of sub-contractors and other service providers.

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £5m 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.

two.3) Estimated date of publication of contract notice

16 September 2021


Section four. Procedure

four.1) Description

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

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this with their tender submission.

— ISO9001:2015 accredited by the United Kingdom Accreditation Service (or equivalent) to cover all segments of the Applicant’s and the product’s supply chain. This should include, but not be limited to, manufacturing, storage and distribution. Further information in respect of certification requirements will be set out in the notice for the forthcoming procurement. If such certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain.

The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during the subsequent 12 months. The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time.

The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion.

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/bulk buy initiatives.

Framework Agreement will be between NHS Supply Chain and the Supplier, however 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.

The Supplier will be required to report to and pay a direct contract management fee to NHS Supply Chain as detailed in the tender documents.

NHS Supply Chain is not currently considering the use of lots for this procurement. However, it reserves the right to as part of any future tender process. Further information in respect of the lot strategy will be set out in the notice for the forthcoming procurement.

As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI). If you would like to complete the Request for Information document in respect of the products which are the subject of this procurement then please follow the below instructions;

Portal Dashboard

SQs Open to All Suppliers

Select the link SQ_16 RFI Integrated Theatres Related Products and Services (Project Code_25)

and then press the Express interest button

Select ‘my response’ tab, Complete Questionnaire and submit.

Candidates wishing to complete the RFI must first register their expression of interest on the NHS Supply Chain eProcurement Portal via the following URL: https://nhssupplychain.app.jaggaer.com/.

If you are not already registered, complete the registration process first to allow access to express interest in this opportunity. Applicants will then have 4 weeks from the dispatch of this notice to complete and return the RFI document. Candidates are encouraged to download the Supplier Handbook located within the eProcurement portal by following the 'Supplier Help centre' link within the Useful Links section of the Dashboard.