Section one: Contracting authority
one.1) Name and addresses
Supply Chain Coordination Limited (SCCL)
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Contact
Alexandra Gothard
alexandra.gothard@supplychain.nhs.uk
Telephone
+44 1156786669
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-of-health
one.2) Information about joint procurement
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 another address:
Supply Chain Co-ordination Limited
Foxbridge Way
Normanton
WF6 1TL
Contact
Alexandra Gothard
alexandra.gothard@supplychain.nhs.uk
Telephone
+44 1156786669
Country
United Kingdom
Region code
UKE4 - West Yorkshire
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-of-health
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
£392,000,000.00
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, Dorsal Ramus Medial Branch nerve and other devices that provide nerve stimulation or pain management 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 £92,000,000.00 the 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 £392,000,000.00
two.1.5) Estimated total value
Value excluding VAT: £392,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
two.2) Description
two.2.1) Title
Deep Brain Stimulation
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 33158210 - Stimulator
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Neuromodulation Product range to include, but not limited to the supply of; Deep Brain Stimulation.
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £18m 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.2.5) Award criteria
Quality criterion - Name: Training and Education / Weighting: 9%
Quality criterion - Name: Sales, Service & Quality / Weighting: 9%
Quality criterion - Name: Performance / Weighting: 12%
Quality criterion - Name: Social Value Criterion Name: Fighting Climate Change / Weighting: 10%
Quality criterion - Name: Social Value Criterion Name; Covid recovery – Services, Technology, Solutions, and Innovation / Weighting: 10%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will have term 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
NHS Supply Chain anticipates appointing all applicants who have met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of at least 65% at tender evaluation stage.
two.2) Description
two.2.1) Title
Spinal Cord Stimulation
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 33158210 - Stimulator
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
Neuromodulation Product range to include, but not limited to the supply of; Spinal cord Stimulation.
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £34m 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.2.5) Award criteria
Quality criterion - Name: Training and Education / Weighting: 9%
Quality criterion - Name: Sales, Service & Quality / Weighting: 9%
Quality criterion - Name: Performance / Weighting: 12%
Quality criterion - Name: Social Value Criterion Name: Fighting Climate Change / Weighting: 10%
Quality criterion - Name: Social Value Criterion Name; Covid recovery – Services, Technology, Solutions, and Innovation / Weighting: 10%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will have term 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
NHS Supply Chain anticipates appointing all applicants who have met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of at least 65% at tender evaluation stage.
two.2) Description
two.2.1) Title
Additional Neuromodulation Therapies and Associated Products
Lot No
Lo 3
two.2.2) Additional CPV code(s)
- 33158210 - Stimulator
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Neuromodulation Product range to include, but not limited to the supply of; Sacral Nerve, Vagal Nerve, Dorsal Route ganglion, Peripheral Nerve, Radio Frequency Pain Management, Intrathecal Brug Delivery Pumps and Dorsal Ramus Medial Branch nerve.
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £32m 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.2.5) Award criteria
Quality criterion - Name: Training and Education / Weighting: 15%
Quality criterion - Name: Sales, Service & Quality / Weighting: 15%
Quality criterion - Name: Social Value Criterion Name: Fighting Climate Change / Weighting: 10%
Quality criterion - Name: Social Value Criterion Name; Covid recovery – Services, Technology, Solutions, and Innovation / Weighting: 10%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will have term 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
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 Lots for the Framework Agreement.
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. Only NHS Supply Chain can order from the Framework Agreement and enter into contracts under it.
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 eTendering 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.
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: 30
four.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction
Although an electronic auction will not be used to award all or part of the requirements of the Framework Agreement the use of eAuctions may be an option as part of any contracts awarded under the 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: 2023/S 000-005377
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 June 2023
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
16 June 2023
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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/
Candidates 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 using the URL https://nhssupplychain.app.jaggaer.com/ to access the portal.
Applicants are encouraged to download the supplier handbook located within the eProcurement portal by following the 'Supplier Helpcentre' 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
Supply Chain Coordination Limited (SCCL)
Normanton
WF6 1TL
Country
United Kingdom