Opportunity

All Wales Orthopaedic, Trauma and Joint Replacement Framework

  • NHS Wales Shared Services Partnership

F02: Contract notice

Notice reference: 2021/S 000-002564

Published 9 February 2021, 9:48am



Section one: Contracting authority

one.1) Name and addresses

NHS Wales Shared Services Partnership

Alder House, Alder Court

St Asaph

LL17 0JL

Email

Paul.jones6@wales.nhs.uk

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

Internet address

http://www.procurement.wales.nhs.uk/