Tender

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

  • NHS Supply Chain

F02: Contract notice

Notice identifier: 2025/S 000-002445

Procurement identifier (OCID): ocds-h6vhtk-047d85

Published 23 January 2025, 5:30pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Email

emma.pearson@supplychain.nhs.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

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

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

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

two.1.2) Main CPV code

  • 33140000 - Medical consumables

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHS Supply Chain seeks to establish a framework agreement for the supply of - Minimally Invasive Surgery Instruments and Equipment and Maintenance Services.

It is anticipated that in the first 12 months of the Framework Agreement the value of purchases will be circa £131,000,000 however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.

two.1.5) Estimated total value

Value excluding VAT: £543,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Clips & Clip Appliers

Lot No

1

two.2.2) Additional CPV code(s)

  • 33141120 - Clip, suture, ligature supplies
  • 33141126 - Ligatures

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the supply of Clips & Clip Appliers for open, laparascopic, other minimally invasive approaches, including but not limited to the below; ( Excludes aneurysm clips)

Ligation products

Clips and clips cartridges

Clip appliers

Clip removers

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10%

Quality criterion - Name: All Lot Questions / Weighting: 20%

Quality criterion - Name: Lot Scenario Questions / Weighting: 40%

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £44,000,000

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

Duration in months

24

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

This framework agreement will have the option to extend up to a total period of 48 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 will be

in the region of £11,000,000 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.2) Description

two.2.1) Title

Advanced Energy Based Devices

Lot No

2

two.2.2) Additional CPV code(s)

  • 33161000 - Electrosurgical unit

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the supply of Advanced Energy Devices, including but not limited to the below

product ranges;

Advanced Bipolar Energy

Bipolar Energy

Argon Energy

Ultra-Sonic Energy

Dual Energy (Advanced Bipolar and Ultrasonic)

Plasma Energy

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10%

Quality criterion - Name: All Lot Questions / Weighting: 20

Quality criterion - Name: Lot Scenario Questions / Weighting: 40%

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £132,000,000

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

Duration in months

24

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

This framework agreement will have the option to extend up to a total period of 48 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) Description

two.2.1) Title

Surgical Stapling Devices

Lot No

3

two.2.2) Additional CPV code(s)

  • 33141122 - Surgical staples

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the supply of Surgical Stapling Devices, including but not limited to the below

product ranges;

Open Stapling

Laparoscopic Stapling

Circular Stapling

Haemorrhoidal Stapling

Multi-Purpose Stapling System (Open, Laparoscopic, Circular)

Purse String Clamp

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10%

Quality criterion - Name: All Lot Questions / Weighting: 20

Quality criterion - Name: Lot Scenario Questions / Weighting: 40%

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £109,000,000

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

Duration in months

24

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

This framework agreement will have the option to extend up to a total period of 48 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 will be

in the region of £26,000,000 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.2) Description

two.2.1) Title

Minimally Invasive Surgery Instrument, Devices and Consumables

Lot No

4

two.2.2) Additional CPV code(s)

  • 33168000 - Endoscopy, endosurgery devices
  • 33168100 - Endoscopes
  • 33169000 - Surgical instruments

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the supply of Laparoscopic Instruments and Accessories, including but not

limited to the below product ranges;

Accessories

Single Use Instrumentation

Electrosurgery

Gamma Probes

Morcellation

Needle Products

Retraction Products

Specimen Retrieval Bags

Suction Irrigation

Telescopic & Light Devices

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10%

Quality criterion - Name: All Lot Questions / Weighting: 20

Quality criterion - Name: Lot Scenario Questions / Weighting: 40%

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £79,000,000

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

Duration in months

24

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

This framework agreement will have the option to extend up to a total period of 48 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 will be

in the region of £19,000,000 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.2) Description

two.2.1) Title

Trocar Systems and Accessories

Lot No

5

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the supply of Trocars, including but not limited to the below product ranges;

Single use trocars

Reusable and hybrid trocars

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10%

Quality criterion - Name: All Lot Questions / Weighting: 20

Quality criterion - Name: Lot Scenario Questions / Weighting: 40%

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £78,000,000

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

Duration in months

24

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

This framework agreement will have the option to extend up to a total period of 48 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 will be

in the region of £19,000,000 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.2) Description

two.2.1) Title

Gynaecological Endoscopy and Uterine Ablation

Lot No

6

two.2.2) Additional CPV code(s)

  • 33641200 - Other gynaecologicals

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the supply of Gynaecological Endoscopy, including but not limited to the below

product ranges;

Endometrial Ablation System

Hysteroscopy

Uterine Manipulator

Uterine Tissue Removal System

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10%

Quality criterion - Name: All Lot Questions / Weighting: 20

Quality criterion - Name: Lot Scenario Questions / Weighting: 40%

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £49,000,000

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

Duration in months

24

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

This framework agreement will have the option to extend up to a total period of 48 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 will be

in the region of £12,000,000 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.2) Description

two.2.1) Title

Minimally Invasive Surgery Procedure Kits

Lot No

7

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the supply of Laparoscopic Kits.

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10%

Quality criterion - Name: All Lot Questions / Weighting: 20

Quality criterion - Name: Lot Scenario Questions / Weighting: 40%

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £14,000,000

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

Duration in months

24

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

This framework agreement will have the option to extend up to a total period of 48 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 will be

in the region of £3,000,000 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.2) Description

two.2.1) Title

Maintenance of Minimally Invasive Surgery Instruments and Equipment

Lot No

8

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

two.2.4) Description of the procurement

This lot is for the Servicing & Maintenance of Laparoscopic Equipment.

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10%

Quality criterion - Name: All Lot Questions / Weighting: 20

Quality criterion - Name: Lot Scenario Questions / Weighting: 40%

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £38,000,000

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

Duration in months

24

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

This framework agreement will have the option to extend up to a total period of 48 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 will be

in the region of £9,000,000 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.


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 in Lots 1-7 and one for Direct Contract Services in Lot 8.

NHS Supply Chain will be entitled to purchase the supplies and/or services identified below 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 below 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.

Non-Direct Contract Products

Lot 1 Clips & Appliers

Lot 2 Advanced Energy Based Devices

Lot 3 Surgical Stapling Devices

Lot 4 Minimally Invasive Surgery Instruments, Devices & Consumables

Lot 5 Trocar Systems & Accessories

Lot 6 Gynaecological Endoscopy and Uterine Ablation

Lot 7 Minimally Invasive Surgery Procedure Kits

Direct Contract Products

Lot 8 Maintenance of Minimally Invasive Surgery Instruments and Equipment

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.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Parent company or other guarantees may be required in certain circumstances. Further details will be in the tender 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

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 000-021722

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

Date

24 February 2025

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

25 February 2025

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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:

Lot 1 - ITT_1542

Lot 2 - ITT_1543

Lot 3 - ITT_1544

Lot 4 - ITT_1545

Lot 5 - ITT_1546

Lot 6 - ITT_1547

Lot 7 - ITT_1548

Lot 8 - ITT_1549

Please note: you must respond to ITT_1541 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

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

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)