- Scope of the procurement
- Lot 1. Single use surgical instruments and single use surgical instrument packs
- Lot 2. Reusable Surgical Instruments
- Lot 3. Scalpel blades, Scalpel handles, Disposable Scalpels, and Blade removers
- Lot 4. Repair and maintenance of Surgical Instruments
- Lot 5. Metal Instrument recycling
Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Phillip.james1@supplychain.nhs.uk
Country
United Kingdom
Region code
UK - United Kingdom
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:
NHS Supply Chain
Equinox House, City Link
Nottingham
NG2 4LA
Phillip.james1@supplychain.nhs.uk
Country
United Kingdom
Region code
UK - United Kingdom
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
Single Use / Reusable Surgical Instruments, Repair, Maintenance, and Recycling of Surgical Instruments
two.1.2) Main CPV code
- 33169000 - Surgical instruments
two.1.3) Type of contract
Supplies
two.1.4) Short description
The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during the subsequent 12 months for the Supply of Single Use / Reusable Surgical Instruments, Repair, Maintenance, and Recycling of Surgical Instruments.
The scope of the intended framework covers Surgical Instruments including the following types of product ranges:
Lot 1 – Single Use instruments & Packs
Lot 2 – Reusable Surgical Instruments
Lot 3 – Scalpel blades, Scalpel handles, and Disposable Scalpels
Lot 4 – Repair, Maintenance
Lot 5 – Metal Instrument recycling
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £16,600,000 to £21,500,000 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 (2+2 year term) is anticipated to be approximately £66,400,000 to £86,000,000
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.
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 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.
two.1.5) Estimated total value
Value excluding VAT: £86,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Maximum number of lots that may be awarded to one tenderer: 5
two.2) Description
two.2.1) Title
Single use surgical instruments and single use surgical instrument packs
Lot No
1
two.2.2) Additional CPV code(s)
- 33169000 - Surgical instruments
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for the supply of Single Use Surgical Instruments and Single Use Surgical Instrument Packs, including but not limited to the below product ranges;
Scissors, Forceps, Speculums, Biopsy punch, Nail clippers/Nippers, Retractors, Needle holders, Towel clips, Dissectors, Mirrors, Probes, Extracting forceps, Elevators, Burnisher, Foot file, Foot dresser, Burrs, Podiatry pack, Dental pack, Foot dressing pack, Suture pack, Hooks, Dental instruments, Maternity pack, ENT Instruments, Gynaecology Instruments, Clamps, Applicators, Suction Tubes, Single Use Plastic Forceps.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £11,000,000 to £13,000,000 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.
two.2) Description
two.2.1) Title
Reusable Surgical Instruments
Lot No
2
two.2.2) Additional CPV code(s)
- 33169000 - Surgical instruments
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for the supply of Reusable Surgical Instruments, including but not limited to the below product ranges;
Scissors, Forceps, Speculum, Biopsy punch, Nail clippers/Nippers, Retractors, Needle holders, Towel clips, Dissectors, Mirrors, Probes, Extracting forceps, Elevators, Burnisher, Foot file, Foot dresser, Burrs, Intestinal clamps, Suction tubes, Hard edge & ultra cut scissors, Nail chisel, Gags, Tuning forks, Blacks file, Rasps, Raspatories & Saws, Chisels, Gouges and Osteotomes, Maxilla Instruments, Self-Retaining Retraction Systems, Tonsillectomy Instruments, Sterilisation/autoclave trays, baskets and containers, Skin hooks, Wire cutters and pliers, Hammer, Mallet, Rongeurs, Ring cutters, Mouth props, Skin grafting knives, Depressors, Curettes scoops and bone cutters, Clamps, Mayo safety pins, Bag clips, Dilators, Sounds & Bougies, Aneurysm needles, Myoma Screws, Bone Levers & Bone Instruments, Bone & Rib Shears, Elike Bulb & Glass, Rib Spreaders, Ligature Carriers, Spatula, Applicator, Pessary.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £1,500,000 to £2,500,000 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.
two.2) Description
two.2.1) Title
Scalpel blades, Scalpel handles, Disposable Scalpels, and Blade removers
Lot No
3
two.2.2) Additional CPV code(s)
- 33169000 - Surgical instruments
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for the supply of Scalpel blades, Scalpel handles, Disposable Scalpels, and Blade removers.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £2,000,000 to £2,500,000 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.
two.2) Description
two.2.1) Title
Repair and maintenance of Surgical Instruments
Lot No
4
two.2.2) Additional CPV code(s)
- 50420000 - Repair and maintenance services of medical and surgical equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for the supply of repair and maintenance of Surgical Instruments.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £2,000,000 to £3,000,000 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.
two.2) Description
two.2.1) Title
Metal Instrument recycling
Lot No
5
two.2.2) Additional CPV code(s)
- 50420000 - Repair and maintenance services of medical and surgical equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for the supply of Metal instruments recycling.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £100,000 to £500,000 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.
two.3) Estimated date of publication of contract notice
31 October 2024
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 within their tender submission:
- ISO 9001: 2015 accredited by the United Kingdom Accreditation Service (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. If Quality Assurance Standard 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.
- Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to d-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable).
- MHRA registration of any medical devices, in compliance with the Medical Devices Regulations 2022 (SI 2022 No 618, as amended) (UK MDR 2022).
- The Insurance set out below, acceptable evidence of which should be an Insurance Certificate or a signed Broker’s letter.
> Employers liability Insurance cover of £5m per claim in the name of the Applicant
> Public Liability Insurance cover of £5m per claim in the name of the Applicant
> Product Liability Insurance cover of £5m in the name of the Applicant
> Professional Indemnity Insurance cover of £5m in the name of the Applicant
NHS Supply Chain will assess the Applicant’s economic and financial standing (or that of the entity or entities the Applicant is relying upon). Documentary evidence of this will be required at tender stage.
All Applicants for this future tender must have a compliant Carbon Reduction Plan to be considered for the Framework Agreement (PPN 06/21).
This future Framework Agreement will include some qualitative evaluation questions on Social Value with a minimum weighting of 10% towards the award (PPN 06/20).
All Applicants bidding to be on any NHS Supply Chain Frameworks must submit an Evergreen Assessment as part of the tendering process. This must be completed annually, and the maturity score will be valid for 12 months.
https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/
As a minimum (and further requirements may be set out in the tender documents), Applicants are required to have 1) a Modern Slavery Assessment (MSAT) and 2) 3rd party modern slavery audits on your manufacturers assessing the International Labour Organisation's 11 indicators of forced labour, both completed within 12 months of the future tender close date (PPN 02/23).