- Scope of the procurement
- Lot 7. Bone Preparation
- Lot 9. Biologics
- Lot 2. Knee Implants (Primary and Revision)
- Lot 3. Extremities Arthroplasty
- Lot 4. Trauma: Internal and External Fixation and Consumables
- Lot 5. Spinal
- Lot 6. Arthroscopy and Sports Medicine
- Lot 8. Orthopaedic Power Tools and Consumables.
- Lot 1. Hip Implants (Primary, Revision and Hemi Arthroplasty)
- Lot 10. Value Based/Innovation
Section one: Contracting authority
one.1) Name and addresses
NHS Wales Shared Services Partnership
Alder House, Alder Court
St Asaph
LL17 0JL
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
http://nwssp.nhs.wales/ourservices/procurement-services/
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
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://etenderwales.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.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://etenderwales.bravosolution.co.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
All Wales Orthopaedic, Trauma and Joint Replacement Framework
Reference number
CLI-OJEU-46491
two.1.2) Main CPV code
- 33183100 - Orthopaedic implants
two.1.3) Type of contract
Supplies
two.1.4) Short description
NHS Wales Shared Services Partnership (herein known as NWSSP) invites bidders to tender for a National Framework Agreement for the Supply Provision of Orthopaedic, Trauma and Framework Agreement to the following NHS Organisations:
Wales:
- Aneurin Bevan University Health Board
- Betsi Cadwaladr University Health Board
- Cardiff & Vale University Health Board
- Cwm Taf Morgannwg University Health Board
- Hywel Dda University Health Board
- Swansea Bay University Health Board
- Powys Teaching Health Board
- Velindre NHS Trust
- Public Health Wales NHS Trust
- Welsh Ambulance Services NHS Trust
Northern Ireland:
- Northern Ireland Business Services Organisation (NIBSO)
- Health & Social Care Trusts Northern Ireland (HSCNI)
- Belfast Health & Social Care Trust
- Northern Health & Social Care Trust
- Western Health & Social Care Trust
- Southern Health & Social Care Trust
- South Eastern Health & Social Care Trust
NHS Wales Shared Services Partnership reserve the right to add additional Health Organisations within the United Kingdom to the Framework Agreement at any time during the period of the Framework Agreement. Any such additions will be made following consultation with all Participating Framework Suppliers.
The period of this Framework will be 4 years from 01/05/2021.
For further information please refer to ITT documents.
two.1.5) Estimated total value
Value excluding VAT: £125,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 10
two.2) Description
two.2.1) Title
Bone Preparation
Lot No
7
two.2.2) Additional CPV code(s)
- 33697110 - Bone reconstruction cements
- 42642200 - Machine tools for working bone
- 33184100 - Surgical implants
- 33183200 - Orthopaedic prostheses
two.2.3) Place of performance
NUTS codes
- UKL - WALES
- UKN - NORTHERN IRELAND
two.2.4) Description of the procurement
Supply of Bone Preparation Products.
Bone cement, mixing systems, pulse lavage, bone substitutes, cement pressurisers, cement removal and associated products.
Please also refer to Section 2.7 of the ITT document for further information
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
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
Items in this Lot include the following:
— Simple bone cement,
— Antibiotic bone cement (e.g. Tobramycin and Gentamycin),
— Bone cement mixing systems,
— Pulse lavage,
— Cement Plugs,
— Cement Moulds.
two.2) Description
two.2.1) Title
Biologics
Lot No
9
two.2.2) Additional CPV code(s)
- 33183200 - Orthopaedic prostheses
- 33183100 - Orthopaedic implants
- 33184100 - Surgical implants
two.2.3) Place of performance
NUTS codes
- UKL - WALES
- UKN - NORTHERN IRELAND
two.2.4) Description of the procurement
Supply of Biologics
All biologic and synthetic bone and soft tissue substitutes and additional products such as platelet separation systems.
Please also refer to Section 2.7 of the ITT document for further information.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Items in this Lot include the following:
— Allografts,
— Xenografts,
— Demineralised bone matrix,
— Cancellous bone chips,
— Bone substitutes.
two.2) Description
two.2.1) Title
Knee Implants (Primary and Revision)
Lot No
2
two.2.2) Additional CPV code(s)
- 33183100 - Orthopaedic implants
two.2.3) Place of performance
NUTS codes
- UKL - WALES
- UKN - NORTHERN IRELAND
two.2.4) Description of the procurement
Knee Implants (Primary and Revision)
Primary and Revision Knee Replacement: Joint replacement including partial knees, bespoke and custom-made implants and related consumables.
Outcome/Value Based Solutions
Please also refer to Section 2.7 of the ITT document for further information
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Items included in this Lot of the Framework Agreement include the following:
— Bicondylar femoral,
— Unicondylar femoral,
— Hinged/linked femoral,
— Patello/femoral,
— Pre-assembled tibial component, bicondylar, hinged/linked, unicondylar,
— Tibial tray, bicondylar, unicondylar, hinged/linked,
— Meniscal, bicondylar, unicondylar,
— Patella,
— Knee accessories.
two.2) Description
two.2.1) Title
Extremities Arthroplasty
Lot No
3
two.2.2) Additional CPV code(s)
- 33183100 - Orthopaedic implants
- 33183200 - Orthopaedic prostheses
- 33141700 - Orthopaedic supplies
two.2.3) Place of performance
NUTS codes
- UKL - WALES
- UKN - NORTHERN IRELAND
two.2.4) Description of the procurement
Supply of Extremities Arthroplasty Implants.
Shoulder, elbow, ankle, small joint reconstruction and fracture management through prosthetic arthroplasty including bespoke and custom-made implants and related consumables.
Outcome/Value Based Solutions.
Please also refer to Section 2.7 of the ITT document for further information
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Items included in this Lot of the Framework Agreement include the following:
— Shoulder, humeral,
— Shoulder, glenoid,
— Shoulder accessories,
— Elbow, humeral,
— Elbow, ulnar,
— Elbow, radial,
— Elbow, pre-assembled,
— Elbow accessories,
— Finger,
— Ankle, talar,
— Ankle, tibial tray,
— Ankle, pre-assembled tibial,
— Ankle, meniscal,
— Ankle accessories,
— Toe.
two.2) Description
two.2.1) Title
Trauma: Internal and External Fixation and Consumables
Lot No
4
two.2.2) Additional CPV code(s)
- 33184100 - Surgical implants
- 33141700 - Orthopaedic supplies
- 33183100 - Orthopaedic implants
- 33141750 - Artificial joints
- 33183300 - Osteosynthesis devices
- 33141770 - Fracture appliances, pins and plates
two.2.3) Place of performance
NUTS codes
- UKL - WALES
- UKN - NORTHERN IRELAND
two.2.4) Description of the procurement
Supply of Trauma Internal and External Fixation and Consumables.
All trauma specific and implants by way of emergency trauma and non-reconstructive and congenital correction implants, external fixation devices and consumables. Elective subspecialty plating and patient care in hand and wrist, foot and ankle, cranio maxillofacial and related consumables.
Outcome/Value Based Solutions
Please also refer to Section 2.7 of the ITT document for further information
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Items in in this Lot include the following:
— Large fragment,
— Small fragment,
— Hip screws,
— Hip plates,
— Hand and wrist products,
— Foot and ankle,
— Medullary nailing,
— Periarticular plating,
— Standard uniplanar fixator,
— Ring fixator,
— Hybrid fixator,
— Pinless fixator,
— Drill bits,
— Kirschner wires,
— Neuro,
— Midface,
— Mandible,
— Maxilla.
two.2) Description
two.2.1) Title
Spinal
Lot No
5
two.2.2) Additional CPV code(s)
- 33141700 - Orthopaedic supplies
- 33183100 - Orthopaedic implants
- 33183200 - Orthopaedic prostheses
two.2.3) Place of performance
NUTS codes
- UKL - WALES
- UKN - NORTHERN IRELAND
two.2.4) Description of the procurement
Supply of Spinal Implants
Orthopaedic spinal implants and consumables including spine specific cements & substitutes and related consumables. Outcome/Value Based Solutions.
Please refer to Section 2.7 of Invitation to Tender document.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Items in this Lot include the following:
— Cervical — anterior,
— Cervical — posterior,
— Thoracic,
— Lumbar,
— Reconstruction,
— Fusion systems,
— Spine-specific biologic products.
two.2) Description
two.2.1) Title
Arthroscopy and Sports Medicine
Lot No
6
two.2.2) Additional CPV code(s)
- 42642200 - Machine tools for working bone
- 33183100 - Orthopaedic implants
- 33136000 - Rotary and abrasive instrument
- 33141700 - Orthopaedic supplies
- 33184100 - Surgical implants
two.2.3) Place of performance
NUTS codes
- UKL - WALES
- UKN - NORTHERN IRELAND
two.2.4) Description of the procurement
Supply of Arthroscopy and Sports Medicine Products
All capital and consumable items required for arthroscopic surgery including all stack systems, hardware and consumables for resection and ablation. All specialist instrumentation, disposables and implants for soft tissue repair and mobilisation and other related consumables. Outcome/Value Based Solutions.
Please also refer to Section 2.7 of the ITT document for further information
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Items in this Lot include the following:
— ACL,
— Arthroscopy pump systems,
— Shaver systems and accessories,
— Bone anchors,
— Meniscal and cartilage repairs,
— Rotator cuff,
— Small joints,
— Radio frequency consumables,
— Arthroscopic camera stacks and accessories.
two.2) Description
two.2.1) Title
Orthopaedic Power Tools and Consumables.
Lot No
8
two.2.2) Additional CPV code(s)
- 42642200 - Machine tools for working bone
- 33141700 - Orthopaedic supplies
- 33136000 - Rotary and abrasive instrument
- 33183100 - Orthopaedic implants
two.2.3) Place of performance
NUTS codes
- UKL - WALES
- UKN - NORTHERN IRELAND
two.2.4) Description of the procurement
Supply of Orthopaedic Power Tools and Consumables.
Large bone, trauma, high speed and specialist power tools including all loan agreements, purchase options, maintenance and all associated consumables.
Please also refer to Section 2.7 of the ITT document for further information.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Items in this Lot include the following:
— Drills,
— Saws,
— Ultrasound bone growth systems,
— General orthopaedic implant instrumentation.
two.2) Description
two.2.1) Title
Hip Implants (Primary, Revision and Hemi Arthroplasty)
Lot No
1
two.2.2) Additional CPV code(s)
- 33183100 - Orthopaedic implants
two.2.3) Place of performance
NUTS codes
- UKN - NORTHERN IRELAND
- UKL - WALES
two.2.4) Description of the procurement
Supply of Hip Implants (Primary, Revision and Hemi Arthroplasty).
Primary and Revision Hip Replacement: joint replacement including fractured neck of femur, hemi arthroplasty, bespoke and custom-made implants and related consumables.
Outcome/Value Based Solutions.
Please also refer to Section 2.7 of the ITT document for further information
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Items included in this Lot of the Framework Agreement include the following:
— Acetabular cups and shells,
— Acetabular liners,
— Femoral stems,
— Femoral heads,
— Femoral necks,
— Hip accessories,
— Hemi-arthroplasty (Fractured neck of femur),
— Cutting blocks/Guides.
two.2) Description
two.2.1) Title
Value Based/Innovation
Lot No
10
two.2.2) Additional CPV code(s)
- 33141700 - Orthopaedic supplies
two.2.3) Place of performance
NUTS codes
- UKL - WALES
- UKN - NORTHERN IRELAND
two.2.4) Description of the procurement
In order to understand what solutions may be available in the current market Bidders can submit plans to determine how partnerships/services/solutions can be developed with participating Organisations including what products and/or services are available to facilitate Value Based Healthcare Outcomes, what support will be given and under what circumstances. Crucially what benefits and efficiencies can be expected from them. This includes but is not limited to:
- Patient planning
- Overall cost of care reduction
- Storage solutions for consigned stock
- Addressing the issues of unbalanced or overstocked product
- Equipment and technological platforms
- Patient pathway optimisation including affecting the patient end to end journey and patient experience. For example, but not limited to:
- Patient pathway / recovery optimisation
- Theatre and operational efficiency and project managed solutions
- Length of stay reduction
- Waiting list / throughput solutions
- Coding review and assistance
- Managed services
- Equipment and innovation solutions which optimise patient preoperative, intraoperative and postoperative care and / or rehabilitation, including but not limited to:
- Imaging and Navigation solutions
- Bespoke implants / instrumentation
- Patient specific jigs
- Patient education
- Patient intel
- Robotics
- Artificial Intelligence and software
Partnership offers with participating Organisation(s) which look to improve the service provision and share risk and reward.
Please also refer to Section 2.7 and Section of the ITT document for further information
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
As part of NHS Wales' drive to improve efficiency across the service, NWSSP is seeking value-based opportunities (such as Supply Chain efficiency opportunities, Theatre/Inventory Stock Management Systems, linking discounts for expenditure across multiple Lots, Innovations to reduce length of patient stay and any value based solutions)
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
As stated in ITT document.
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
As stated in the ITT Document.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 2020/S 220-541826
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 March 2021
Local time
12:00pm
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
Tender must be valid until: 20 September 2021
four.2.7) Conditions for opening of tenders
Date
24 March 2021
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: May 2025
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
NHS Bodies in existence at the time of this tender are:
Wales:
- Aneurin Bevan University Health Board
- Betsi Cadwaladr University Health Board
- Cardiff & Vale University Health Board
- Cwm Taf Morgannwg University Health Board
- Hywel Dda University Health Board
- Swansea Bay University Health Board
- Powys Teaching Health Board
- Velindre NHS Trust
- Public Health Wales NHS Trust
- Welsh Ambulance Services NHS Trust
Northern Ireland:
- Northern Ireland Business Services Organisation (NIBSO)
- Health & Social Care Trusts Northern Ireland (HSCNI)
- Belfast Health & Social Care Trust
- Northern Health & Social Care Trust
- Western Health & Social Care Trust
- Southern Health & Social Care Trust
- South Eastern Health & Social Care Trust
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=107984
(WA Ref:107984)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, the strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
NHS Wales Shared Services Partnership
4-5 Charnwood Court, Heol Billingsley, Parc Nantgarw
Cardiff
CF15 7QZ
Telephone
+44 1443848585
Country
United Kingdom
Internet address
http://www.procurement.wales.nhs.uk/
six.4.4) Service from which information about the review procedure may be obtained
NHS Wales Shared Services Partnership
4-5 Charnwood Court, Heol Billingsley, Parc Nantgarw
Cardiff
CF15 7QZ
Telephone
+44 1443848585
Country
United Kingdom