Awarded contract

TRANSCATHETER HEART VALVE REPAIR, REPLACEMENT AND ASSOCIATED DEVICES

  • NHS Supply Chain Operated by Health Solutions Team Limited acting as agent of Supply Chain Coordination Ltd (SCCL)

F03: Contract award notice

Notice reference: 2023/S 000-008167

Published 21 March 2023, 2:07pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain Operated by Health Solutions Team Limited acting as agent of Supply Chain Coordination Ltd (SCCL)

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Contact

Sarah Bailey

Email

sarah.bailey@supplychain.nhs.uk

Country

United Kingdom

NUTS code

UKI4 - Inner London – East

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 is awarded by a central purchasing body

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

TRANSCATHETER HEART VALVE REPAIR, REPLACEMENT AND ASSOCIATED DEVICES

two.1.2) Main CPV code

  • 33100000 - Medical equipments

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHS Supply Chain seeks to establish a non-exclusive framework agreement for the supply of percutaneous valve repair and replacement devices to NHS Supply Chain customers via the non-direct route of supply.

Certain products within this framework agreement are classified as high cost tariff excluded devices under the NHS England Specialised ServicesDevices Programme (SSDP) (formerly known as the High-Cost Tariff-Excluded Devices programme) . Trusts who are commissioned to provide specialised services in England are directed to purchase all their SSDP requirements through a national supply route via NHS Supply Chain.

It is anticipated that initial expenditure will be in the region of £130,000,000 to £160,000,000 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. The estimated value over the total framework agreement term is £800,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £800,000,000

two.2) Description

two.2.1) Title

Transcatheter Aortic Valve Implant (TAVI) System, Components & Accessories

Lot No

1

two.2.2) Additional CPV code(s)

  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33182000 - Cardiac support devices
  • 33182220 - Cardiac valve
  • 33184300 - Artificial parts of the heart

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

Products within this lot include but are not limited to: transcatheter aortic valve implant systems including heart valves, loading systems and delivery systems.

Certain products within this lot are classified as high cost tariff excluded devices under the NHS England Specialised Services Devices Programme (SSDP). Trusts who are commissioned to provide specialised services in England are directed to purchase all their requirements through a national supply route via NHS Supply Chain. Details of the product categories currently within scope of the NHS England Specialised Service Devices Programme (SSDP), can be found using the following link: https://www.england.nhs.uk/commissioning/spec-services/key-docs/medical-devices/

In accordance with the specialised services commissioning policy, NHS Improvement and NHS England will determine which products are classified as excluded from tariff and which are made available under the NHS England Specialised Service Devices Programme (SSDP).

two.2.5) Award criteria

Quality criterion - Name: Product Features and Indications / Weighting: 13

Quality criterion - Name: Sales, Service & Quality / Weighting: 3

Quality criterion - Name: Supply Chain Assessment / Weighting: 4

Quality criterion - Name: Social Value Fighting Climate Change (Net Zero) / Weighting: 10

Price - Weighting: 70

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for 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

Evaluation was carried out on a Product Line by Product Line basis. All Suppliers who met the minimum requirements as set out in the Invitation to Tender and whose total score met or exceeded the hurdle of 40% were awarded to the Lot of the Framework Agreement.

two.2) Description

two.2.1) Title

Transcatheter Non-Aortic Valve/Chord Repair & Replacement system, Components & Accessories

Lot No

2

two.2.2) Additional CPV code(s)

  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33182000 - Cardiac support devices
  • 33182220 - Cardiac valve
  • 33182300 - Cardiac surgery devices
  • 33184300 - Artificial parts of the heart

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

Products within this lot include, but are not limited to: transcatheter pulmonary valve, tricuspid and mitral valve implant systems (including heart valves, loading systems and delivery systems) and mitral, pulmonary and tricuspid valve repair products, mitral chordae tendineae repair.

Certain products within this lot are classified as high cost tariff excluded devices under the NHS England Specialised Services Devices Programme (SSDP). Trusts who are commissioned to provide specialised services in England are directed to purchase all their requirements through a national supply route via NHS Supply Chain. Details of the product categories currently within scope of the NHS England Specialised Service Devices Programme (SSDP), can be found using the following link: https://www.england.nhs.uk/commissioning/spec-services/key-docs/medical-devices/

In accordance with the specialised services commissioning policy, NHS Improvement and NHS England will determine which products are classified as excluded from tariff and which are made available under the NHS England Specialised Services Devices Programme (SSDP).

two.2.5) Award criteria

Quality criterion - Name: Supply Chain Assessment / Weighting: 10

Quality criterion - Name: Sales, Service & Quality / Weighting: 10

Quality criterion - Name: Social Value Fighting Climate Change (Net Zero) / Weighting: 10

Price - Weighting: 70

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for 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

Evaluation was carried out on a Product Line by Product Line basis. All Suppliers who met the minimum requirements as set out in the Invitation to Tender and whose total score met or exceeded the hurdle of 40% were awarded to the Lot of the Framework Agreement.


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

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: 2022/S 000-025267


Section five. Award of contract

Contract No

Project_56

Lot No

1

Title

Transcatheter Aortic Valve Implant (TAVI) System, Components & Accessories

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 March 2023

five.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 7

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Abbott Medical U.K.Ltd

Solihull

Country

United Kingdom

NUTS code
  • UKG32 - Solihull
The contractor is an SME

No

five.2.3) Name and address of the contractor

BIOSENSORS INTERNATIONAL UK LIMITED

London

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Boston Scientific Ltd

Hemel Hempstead

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Edwards Lifesciences Ltd

Berkshire

Country

United Kingdom

NUTS code
  • UKJ11 - Berkshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

JenaValve Production Ltd.

Leeds

Country

United Kingdom

NUTS code
  • UKE42 - Leeds
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Medtronic Limited

Watford

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Meril UK Pvt Ltd

Leicester

Country

United Kingdom

NUTS code
  • UKF21 - Leicester
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

SAHAJANAND MEDICAL TECHNOLOGIES (SMT) UK

Galway

Country

Ireland

NUTS code
  • IE - Ireland
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £750,000,000


Section five. Award of contract

Contract No

Project_56

Lot No

2

Title

Transcatheter Non-Aortic Valve/Chord Repair & Replacement system, Components & Accessories

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 March 2023

five.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from non-EU Member States: 8

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Abbott Medical U.K.Ltd

Solihull

Country

United Kingdom

NUTS code
  • UKG32 - Solihull
The contractor is an SME

No

five.2.3) Name and address of the contractor

Acrostak-UK Ltd

High Wycombe

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Boston Scientific Ltd

Hemel Hempstead

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

BVM MEDICAL LTD

Hinckley

Country

United Kingdom

NUTS code
  • UKF2 - Leicestershire, Rutland and Northamptonshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Dot Medical Limited

Macclesfield

Country

United Kingdom

NUTS code
  • UKD6 - Cheshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Edwards Lifesciences Ltd

Berkshire

Country

United Kingdom

NUTS code
  • UKJ11 - Berkshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

MCT Lifesciences Ltd

Bedford

Country

United Kingdom

NUTS code
  • UKH2 - Bedfordshire and Hertfordshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Medtronic Limited

Watford

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £50,000,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Not Applicable

Not Applicable

Country

United Kingdom