Future opportunity

TRANSCATHETER HEART VALVE REPAIR AND REPLACEMENT DEVICES

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

F01: Prior information notice (prior information only)

Notice reference: 2022/S 000-013448

Published 19 May 2022, 11:00am



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)

Skipton House, 80 London Road

London

SE1 6LH

Contact

Catherine Nuttall

Email

catherine.nuttall@supplychain.nhs.uk

Telephone

+44 7887627893

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.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from another address:

Health Solutions Team Limited

Foxbridge Way

Normanton

WF6 1TL

Contact

Catherine Nuttall

Email

catherine.nuttall@supplychain.nhs.uk

Country

United Kingdom

NUTS code

UKE4 - West Yorkshire

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

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

TRANSCATHETER HEART VALVE REPAIR AND REPLACEMENT DEVICES

two.1.2) Main CPV code

  • 33000000 - Medical equipments, pharmaceuticals and personal care products

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 High Cost Tariff Excluded Devices (HCTED) programme. Trusts who are commissioned to provide specialised services in England are directed to purchase all their requirements through a national supply system through NHS Supply Chain.

It is anticipated that initial expenditure will be in the region of £130,000,000.00 to £170,000,000.00 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 is £810,000,000.00

two.1.5) Estimated total value

Value excluding VAT: £810,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Transcatheter Aortic Valve Implant (TAVI) System

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
  • 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 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 High Cost Tariff Excluded Devices (HCTED) programme. Trusts who are commissioned to provide specialised services in England are directed to purchase all their requirements through a national supply system through NHS Supply Chain. Details of the product categories currently within scope of the HCTED programme, can be found using the following link: https://www.england.nhs.uk/commissioning/spec-services/key-docs/medicaldevices/

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 High Cost Tariff Excluded Devices (HCTED) programme.

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £120,000,000.00 to £150,000,000.00 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.

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that expenditure for the initial term will be in the region of £104,000,000.00 of this Framework Agreement to £231,000,000.00 for the full term. However, these values are approximate only and may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.2) Description

two.2.1) Title

Transcatheter Non-Aortic Valve/Chord Repair & Replacement Devices and Aortic & Non-Aortic Valve Accessories

Lot No

2

two.2.2) Additional CPV code(s)

  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33141210 - Balloon catheters
  • 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 places 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 High Cost Tariff Excluded Devices (HCTED) programme. Trusts who are commissioned to provide specialised services in England are directed to purchase all their requirements through a national supply system through NHS Supply Chain. Details of the product categories currently within scope of the HCTED programme, 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 High Cost Tariff Excluded Devices (HCTED) programme.

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of GBP 10 m to GBP 20 m 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.2.14) Additional information

Precise quantities are unknown. It is anticipated that expenditure for the initial term will be in the region of £7,000,000.00 of this Framework Agreement to £11,000,000.00 for the full term. However, these values are approximate only and may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.3) Estimated date of publication of contract notice

8 September 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.

Candidates wishing to register their expression of interest can do so on Jaggaer via the following URL: https://nhssupplychain.app.jaggaer.com/.

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.