Opportunity

Robotic Surgical Equipment and Associated Accessories and Consumables

  • NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)
  • NHS Supply Chain

F02: Contract notice

Notice reference: 2024/S 000-004668

Published 12 February 2024, 3:45pm



The closing date and time has been changed to:

18 March 2024, 3:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Contact

Callie Barry

Email

callie.barry1@supplychain.nhs.uk

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

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

Buyer's address

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

one.1) Name and addresses

NHS Supply Chain

Building 3, Carrwood Park, Swillington Common Farm

Leeds

LS15 4LG

Email

callie.barry1@supplychain.nhs.uk

Country

United Kingdom

NUTS code

UKE42 - Leeds

National registration number

10881715

Internet address(es)

Main address

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

Buyer's address

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

one.2) Information about joint procurement

The contract involves joint procurement

In the case of joint procurement involving different countries, state applicable national procurement law

This Contract does not involve a joint procurement. The Procurement law is Public Contract Regulations 2015.

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://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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://nhssupplychain.app.jaggaer.com//

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Robotic Surgical Equipment and Associated Accessories and Consumables

two.1.2) Main CPV code

  • 33100000 - Medical equipments

two.1.3) Type of contract

Supplies

two.1.4) Short description

To provide a Framework Agreement for Robotic Medical Equipment and Associated Accessories and Consumables inclusive of General surgeries , Laparoscopic, Orthopaedics and related accessories/consumables. Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £100,000,000.00 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. The estimated value over the total Framework Agreement term (including any extension options), is £500,000,000.00 over a (2+2 year term). These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth.

The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies

from suppliers not appointed to the Framework at its sole discretion. NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies which it will 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.

two.1.5) Estimated total value

Value excluding VAT: £500,000,000

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: 3

two.2) Description

two.2.1) Title

Minimally Invasive Surgical Robotics

Lot No

1

two.2.2) Additional CPV code(s)

  • 33169000 - Surgical instruments

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Comprise of master-Slave design, whereby surgical instruments are driven using haptic or equivalent controllers by a surgeon at a console

The robotic system must drive articulated surgical instruments that operate through laparoscopic ports.

Have capacity for magnified 3D and/or HD vision.

two.2.5) Award criteria

Quality criterion - Name: Supply / Weighting: 15

Quality criterion - Name: Support / Weighting: 14

Quality criterion - Name: Training / Weighting: 12

Quality criterion - Name: Warranty and Repairs / Weighting: 9

Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Financial / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £192,000,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement is initially for 24 months with an option to extend to 48 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This Lot is initially for 24 months with an option to extend to 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

Neurological Robotics

Lot No

2

two.2.2) Additional CPV code(s)

  • 33160000 - Operating techniques

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Be able to assist in the planning of medical procedures.

Be capable of assisting and/or modifying the medical procedure(s) during a procedure (e.g. by offering alignment functionality during surgery).

two.2.5) Award criteria

Quality criterion - Name: Supply / Weighting: 15

Quality criterion - Name: Support / Weighting: 14

Quality criterion - Name: Training / Weighting: 12

Quality criterion - Name: Warranty and Repairs / Weighting: 9

Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Financial / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £3,750,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement is initially for 24 months with an option to extend to 48 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This Lot is initially for 24 months with an option to extend to 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

Freestanding Robotic Arms

Lot No

3

two.2.2) Additional CPV code(s)

  • 33160000 - Operating techniques

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

A holding device for open as well as minimally invasive surgery, neurosurgery, orthopaedics and traumatology to be used with robotic equipment. Designed to be used in association with endoscopy equipment during medical procedures

two.2.5) Award criteria

Quality criterion - Name: Supply / Weighting: 15

Quality criterion - Name: Support / Weighting: 14

Quality criterion - Name: Training / Weighting: 12

Quality criterion - Name: Warranty and Repairs / Weighting: 9

Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Financial / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £5,350,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement is initially for 24 months with an option to extend up to 48 months (Maximum duration of a 4 year Framework)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This Lot is initially for 24 months with an option to extend up to 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


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.

NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies and/or services which it will make available for purchase by 1) any NHS Trust; 2) any other NHS entity; 3) any government department, agency or other statutory body (for the avoidance of doubt including local authorities) and/or 4) any private sector entity active in the UK healthcare sector.

The Framework Agreement will be between NHS Supply Chain and the Supplier, however 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.

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 eProcurement Portal at https://nhssupplychain.app.jaggaer.com// using the Message Centre facility linked to this particular contract notice.

Please note that the maximum number of suppliers as set out in IV.1.3 is an estimate only.

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

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

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

The Contracting Authority reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.

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

Envisaged maximum number of participants to the framework agreement: 6

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: 2023/S 000-004516

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

Originally published as:

Date

13 March 2024

Local time

3:00pm

Changed to:

Date

18 March 2024

Local time

3:00pm

See the change notice.

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

Duration in months: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

14 March 2023

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

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

Submission of expression of interest and procurement specific information:

This procurement exercise will be conducted on the NHS Supply Chain eProcurement Portal at https://nhssupplychain.app.jaggaer.com//

Applicants 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 eProcurement 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:

ITT_1042 - Robotic Medical Equipment and Associated Accessories

ITT_1043 - Lot 1 - Minimally Invasive Surgical Robotics

ITT_1044 - Lot 2 - Neurological and Spinal Robots

ITT_1045 - Lot 3 - Freestanding robotic arms

Please note: you must respond to ITT_ 1042 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 Help centre 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 Operated by Supply Chain Coordination Limited (SCCL)

Wellington House, 133-155 Waterloo Road

Inner London

SE1 8UG

Country

United Kingdom

Internet address

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

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)