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
sarah.bailey@supplychain.nhs.uk
Country
United Kingdom
Region 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