Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Contact
James Cater
James.Cater@supplychain.nhs.uk
Telephone
+44 7562210388
Fax
+44 1924328744
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.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:
NHS Supply Chain
Building 3, Carrwood Park, Swillington Common Farm
Swillington
LS15 4LG
Contact
James Cater
james.cater@supplychain.nhs.uk
Telephone
+44 7562210388
Country
United Kingdom
NUTS code
UKE45 - Wakefield
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
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
Robotic Surgical Equipment and Associated Accessories
two.1.2) Main CPV code
- 33100000 - Medical equipments
two.1.3) Type of contract
Supplies
two.1.4) Short description
To provide a framework for Robotic Surgical Equipment and associated accessories. NHS Supply Chain is conducting market research into Robotic Surgical Equipment, including related accessories/consumables, that cover a wide range of medical procedures including, but not limited to, General Surgery and Laparoscopic. Precise quantities are unknown. Due to technological advancement, specifications will be reviewed, to enable the NHS to access to the latest products via the framework. New suppliers may be awarded on the framework due to this. More information on this is provided in the attached letter. This will be in conjunction with the 2 year extension.
Precise quantities are unknown & is anticipated that initial expenditure will be between GBP 75,000,000 to GBP 80,000,000 in the first year of the extension period, 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: £160,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33160000 - Operating techniques
- 33162000 - Operating theatre devices and instruments
- 33162100 - Operating-theatre devices
- 33168000 - Endoscopy, endosurgery devices
- 33169000 - Surgical instruments
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Various locations with the UK
two.2.4) Description of the procurement
Due to technological advancement, specifications will be reviewed, to enable the NHS to access to the latest products via the framework. New suppliers may be awarded on the framework due to this. More information on this is provided in the attached letter. This will be in conjunction with the 2 year extension.
Precise quantities are unknown & is anticipated that initial expenditure will be between GBP 75,000,000 to GBP 80,000,000 in the first year of the extension period, 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: Supply / Weighting: 0
Quality criterion - Name: Support / Weighting: 0
Quality criterion - Name: Training / Weighting: 0
Quality criterion - Name: Warranty and Repairs / Weighting: 0
Cost criterion - Name: Financial / Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £160,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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
Please refer to the Guidance Document connected to this Notice for further information regarding the appointment of Applicants.
two.3) Estimated date of publication of contract notice
15 August 2022
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
Please refer to the Guidance Document connected to this Notice for further information regarding the appointment of Applicants.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to the Guidance Document connected to this Notice for further information regarding the appointment of Applicants.
Section four. Procedure
four.1) Description
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.2.5) Scheduled date for start of award procedures
19 September 2022
Section six. Complementary information
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
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 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage, distribution and customer service. 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 and provide evidence of ISO9001:2015 or equivalent for all relevant parties in the supply chain.
- Public Liability Insurance cover of £5m per claim in the name of the Applicant
- Product Liability Insurance cover in the name of the Applicant of £Xm per claim or £Xm per claim and in the annual aggregate
- Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable)
The purpose of this notice is to draw attention to the reopening of the Framework Agreement to onboard any new Applicants that meets/exceeds the minimum requirements set out within the Tender Documents. This is due to technological innovations within this market.
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.
Whilst it is anticipated that initial expenditure will be in the region of £110,000,000 for this contract award, this is approximate only and the values will be to such level as those purchasing under the Framework Agreement consider necessary to provide suitable requirements.
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.
The 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.
The Supplier will be required to report to and pay a direct contract management fee to NHS Supply Chain as detailed in the tender documents.
REGISTRATION
1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement portal.
2. If not yet registered:
- Click on the ‘Not Registered Yet’ link to access the registration page.
- Complete the registration pages as guided by the mini guide found on the landing page.
PORTAL ACCESS
If registration has been completed:
- Login with URL https://nhssupplychain.app.jaggaer.com// .
-Click on the “Supplier Dashboard” icon and select “Prior Information Notice” towards the top right of the screen to open the list of new Prior Information Notices.
EXPRESSION OF INTEREST
- View PIN content by clicking on the ‘VIEW NOTICE’ button for the procurement event. This opens a PDF document.
- Express an interest by clicking on the ‘EXPRESS INTEREST’ button.
TENDER DOCUMENTATION
-The tender documents will be issued via the Jaggaer Messages Tab which will become available once expression of interest has been made.
- Please follow the instructions set out within these tender documents. Details of the minimum requirements are set out within these documents.
- Please ensure you adhere to any deadlines detailed within the tender documents.
six.4) Procedures for review
six.4.1) Review body
NHS Supply Chain
at abovementioned address
Normanton
Country
United Kingdom