- Scope of the procurement
- Lot 1. Clips & Clip Appliers
- Lot 2. Advanced Energy Based Devices
- Lot 3. Surgical Stapling Devices
- Lot 4. Minimally Invasive Surgery Instrument, Devices and Consumables
- Lot 5. Trocar Systems and Accessories
- Lot 6. Gynaecological Endoscopy and Uterine Ablation
- Lot 7. Minimally Invasive Surgery Procedure Kits
- Lot 8. Maintenance of Minimally Invasive Surgery Instruments and Equipment
Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
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)