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
alexandra.gothard@supplychain.nhs.uk
Telephone
+44 792901800
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.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:
Health Solutions Team Limited
Foxbridge Way,
Normanton
WF6 1TL
Contact
Alexandra Gothard
alexandra.gothard@supplychain.co.uk
Telephone
+44 7929018002
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
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
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: No
two.2) Description
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
- UK - United Kingdom
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.
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.2.5) Award criteria
Quality criterion - Name: Quality Criterion Name: Clinical Training and Support weighting / Weighting: 20%
Quality criterion - Name: Social Value Criterion Name: Fighting Climate Change (Net Zero) 10% / Weighting: 10%
Price - Weighting: 70%
two.2.6) Estimated value
Value excluding VAT: £457,463,323
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: No
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
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 Lot 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.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The Framework Agreement includes obligations with respect to environmental issues and a requirement for successful suppliers to comply with the NHS Supply Chain Code of Conduct.
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
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.2.2) Time limit for receipt of tenders or requests to participate
Date
12 September 2022
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
13 September 2022
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.4) Procedures for review
six.4.1) Review body
Health Solutions Team Limited
Normanton
Country
United Kingdom