Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Contact
Catherine Nuttall
Catherine.nuttall@supplychain.nhs.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
Additional information can be obtained from another address:
NHS Supply Chain
Foxbridge Way
Normanton
WF6 1TL
Contact
Catherine Nuttall
Catherine.nuttall@supplychain.nhs.uk
Country
United Kingdom
Region code
UKE4 - West Yorkshire
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
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
Structural Heart and VAD's
two.1.2) Main CPV code
- 33100000 - Medical equipments
two.1.3) Type of contract
Supplies
two.1.4) Short description
NHSSC seeks to establish a non-exclusive Framework Agreement (FAG) via the E-Direct and Direct Route for supply of Structural Heart Devices and Consumables. Products include Heart Valves, Annuloplasty rings and bands, and Ventricular Assisted Devices. Sutureless Valves are one of the high cost tariff excluded devices under the NHS England HCTED programme. NHS Supply Chain is the mandated route for the HCTED programme, and trusts who are commissioned to provide this service are directed to purchase all their requirements through NHS Supply Chain. Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £30,000,000 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.1.5) Estimated total value
Value excluding VAT: £120,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Heart Valves and Annuloplasty Rings & Bands
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33123000 - Cardiovascular devices
- 33141000 - Disposable non-chemical medical consumables and haematological consumables
- 33141210 - Balloon catheters
- 33141240 - Catheter accessories
- 33182000 - Cardiac support devices
- 33182220 - Cardiac valve
- 33182300 - Cardiac surgery devices
- 33184100 - Surgical implants
- 33184200 - Vascular prostheses
- 33184300 - Artificial parts of the heart
- 33184500 - Coronary endoprostheses
- 33190000 - Miscellaneous medical devices and products
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
Products include, but are not limited to;
Annuloplasty band
Annuloplasty ring
Heart Valve Instruments
Heart valve mechanical
Heart valve root replacement
Heart valve sutureless
Heart valve sutures
Heart Valve Tissue
Heart valve tissue pericardial
Heart valve tissue porcine
Heart valve tissue stentless
Heart valve transcatheter
Mechanical valved non biological conduit
Pulmonary valved conduit
Tissue valved non biological conduit
Tissue valved tissue conduit
Valved conduit
Vascular Loop
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £20m-£25m 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.2) Description
two.2.1) Title
Ventricular Assisted Devices
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33182200 - Cardiac stimulation devices
- 33182230 - Ventricle
- 33182300 - Cardiac surgery devices
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
Certain products within Lot 2 Ventricular assisted devices may be classified as high cost tariff excluded devices under the NHS England High Cost Tariff Excluded Devices (HCTED) programme. Trusts who are commissioned to provide specialised services in England are directed to purchase all their requirements through a national supply system through NHS Supply Chain.
Details of the product categories currently within scope of the HCTED programme, can be found using the following link: https://www.england.nhs.uk/commissioning/spec-services/key-docs/medical-devices/
In accordance with the specialised services commissioning policy, NHS Improvement and NHS England will determine which products are classified as excluded from tariff and which are made available under the NHSEngland High Cost Tariff Excluded Devices (HCTED) programme.
two.2.14) Additional information
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.
two.3) Estimated date of publication of contract notice
29 May 2024
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 within their tender submission.
- ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage, distribution and customer service. 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 and provide evidence of ISO9001:2015 or equivalent for all relevant parties in the supply chain.
- Public Liability Insurance cover of £5m per claim in the name of the Applicant
- Product Liability Insurance cover in the name of the Applicant of £5m per claim or £5m per claim and in the annual aggregate
- Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to d-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation
2017/745 (where applicable).
If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Public Liability Insurance or Product Liability Insurance certification at the time of their tender submission then the requirement is that such certification is in place prior to the commencement date of the framework agreement (in order for NHS Supply Chain to place orders with the successful Applicant).
The NHS has adopted PPN 06/20 (taking account of Social Value), and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award. For more information please see:
https://www.gov.uk/government/publications/procurement-policy-note-0620-takingaccount-of-social-value-in-the-award-of-central-government-contracts. In addition, from April 2023: the NHS adopted the Government’s ‘Taking Account of Carbon Reduction Plans‘ (PPN 06/21) requiring all suppliers with new contracts for goods, services, and/or works with an anticipated contract value above £5 million per annum, to publish a carbon reduction plan for their direct emissions. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value. Suppliers bidding on NHS Supply Chain tenders will also be required to submit an Evergreen Assessment, please see https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/.
PPN02/23 ""Tackling Modern Slavery in Government Supply Chains"" will also apply.
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;
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 “SQs Open to All Suppliers”.