Tender

Audiological Implantable Devices Accessories Consumables Maintenance and Repair 2024

  • NHS Supply Chain

F02: Contract notice

Notice identifier: 2022/S 000-022158

Procurement identifier (OCID): ocds-h6vhtk-035b01

Published 11 August 2022, 1:51pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain

Solstice House, 251 Midsummer Boulevard

Milton Keynes

MK9 1EA

Email

chloe.jones1@supplychain.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-of-health

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 the above-mentioned address

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

Audiological Implantable Devices Accessories Consumables Maintenance and Repair 2024

two.1.2) Main CPV code

  • 33184100 - Surgical implants

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 to market for Audiological Implantable Devices, Associated Accessories, Consumables, Maintenance and Repair. Products include Cochlear, Bone Conduction Hearing, Middle Ear and Auditory Brainstem Implants.

Bone conduction Hearing Implants (BCHI), and Middle Ear implants, are covered under the NHS England Specialised Service Device Programme (SSDP). NHS Supply Chain is the mandated route for the SSDP programme. Precise quantities are unknown.

It is anticipated that expenditure will be in the region of £100,000,000 to £105,000,000 in the initial term of this Framework Agreement, with an estimated total value of £215,000,000 over a 2+2 year term, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.1.5) Estimated total value

Value excluding VAT: £215,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

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

two.2) Description

two.2.1) Title

Cochlear Implant Systems, Bone Conduction Hearing Implant Systems, Middle Ear Devices, Maintenance and Repair

Lot No

1

two.2.2) Additional CPV code(s)

  • 33184100 - Surgical implants
  • 33185200 - Cochlear implant

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The procurement will be capturing but is not limited to: Cochlear Implant, Auditory Brainstem Implants, Sound Processors, Sound Processor Kits, Cochlear Implant Accessories and Surgical Components, Bone Conduction Hearing Implants, Bone Conduction Hearing Sound Processor, Bone Conduction Accessories and Surgical Components, Middle Ear implant, Middle Ear Sound Processor, Middle Ear Surgical Equipment, Consumables, Maintenance and Repair

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £215,000,000

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: No

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

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

11 August 2023

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

11 August 2023

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Health Solutions Team Limited

Normanton

Country

United Kingdom