Planning

Neuromodulation Devices Consumables and Associated Products 2023

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

F01: Prior information notice (prior information only)

Notice identifier: 2022/S 000-009120

Procurement identifier (OCID): ocds-h6vhtk-032a3b

Published 5 April 2022, 2:21pm



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)

c/o Skipton House, 80 London Road,

London

SE1 6LH

Contact

Alexandra Gothard

Email

alexandra.gothard@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.1) Name and addresses

Health Solutions Team Limited,

Foxbridge Way, Normanton, United kingdom

Normanton

WF6 1TL

Contact

Alexandra Gothard

Email

alexandra.gothard@supplychain.nhs.uk

Telephone

+44 7929018002

Fax

+44 1924328744

Country

United Kingdom

NUTS code

UKE45 - Wakefield

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

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from 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

Neuromodulation Devices Consumables and Associated Products 2023

two.1.2) Main CPV code

  • 33158210 - Stimulator

two.1.3) Type of contract

Supplies

two.1.4) Short description

Non-exclusive Framework Agreement (FAG) for the supply to the NHS Supply Chain customer base via the E-Direct Route. Product range to include, but not limited to stimulation of; Deep Brain, Spinal Cord, Sacral Nerve, Vagal Nerve, Dorsal Route ganglion, Peripheral Nerve, Radio Frequency Pain Management, Intrathecal Brug Delivery Pumps and Dorsal Ramus Medial Branch nerve that meet the requirements of users and patients. The FAG will provide access to Neuromodulation Devices/Consumables that are associated with Neuromodulation procedures.

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £187,484,968.00 for the initial term of FAG, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the FAG. The estimated value over the total FAG term (including any extension options) is £457,463,323.00

two.1.5) Estimated total value

Value excluding VAT: £457,463,323

two.1.6) Information about lots

This contract is divided into lots: Yes

Maximum number of lots that may be awarded to one tenderer: 1

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

1

two.2) Description

two.2.1) Title

Neuromodulation Devices, Consumables and Associated Products

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 31711140 - Electrodes
  • 33141200 - Catheters
  • 33158210 - Stimulator
  • 42122410 - Pumps for medical use

two.2.3) Place of performance

NUTS codes
  • UKE45 - Wakefield
Main site or place of performance

Foxbridge Way

Normanton

United Kingdom

WF6 1TL

two.2.4) Description of the procurement

Neuromodulation Product range to include, but not limited to the supply of; Deep Brain; Spinal cord, Sacral Nerve, Vagal Nerve, Dorsal Route ganglion, Peripheral Nerve, Radio Frequency Pain Management, Intrathecal Brug Delivery Pumps and Dorsal Ramus Medial Branch nerve.

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £84.5m to £86m 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.

two.3) Estimated date of publication of contract notice

10 August 2022


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this with their tender submission.

ISO9001:2015 accredited by the UKAS (or equivalent) to cover all segments of the Applicant’s and the product’s supply chain. This should include, but not be limited to, manufacturing, storage and distribution. Further information in respect of certification requirements will be set out in the notice for the forthcoming procurement. If such certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain.

The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during the subsequent 12 months. The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time.

The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion.

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/bulk buy initiatives.

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.

The NHS adopted PPN 06/20 (taking account of Social Value in the award of Government Contracts) from April 2022. As such all NHS SC Contracts going out to market after this date will include Social Value weighting. Therefore the future contract for Neuromodulation Devices & Associated Products 2023 will include some qualitative evaluation questions on Social Value with a minimum weighting of 10% towards the award. We would like to engage with the market in the pre-tender phase to communicate what social value is but also to understand what the market may be capable of delivering.

As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI). If you would like to complete the RFI in respect of the products which are the subject of this procurement then please follow the below instructions;

Portal Dashboard

SQs Open to All Suppliers

Select the link SQ_179 RFI Neuromodulation Devices Consumables and Associated Products 2023 (Project Code_1009)

Select ‘my response’ tab, Complete Questionnaire and submit.

Candidates wishing to complete the RFI must first register their expression of interest on Jaggaer via the following URL: https://nhssupplychain.app.jaggaer.com/.

If you are not already registered, complete the registration process first to allow access to express interest in this opportunity. Applicants will then have until the 27th April 27/04/22 to complete and return the RFI document, which includes some sustainability questions aligned to Social Value. Candidates 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.