Opportunity

TRANSCATHETER HEART VALVE REPAIR, REPLACEMENT AND ASSOCIATED DEVICES 2023

  • NHS Supply Chain

F02: Contract notice

Notice reference: 2022/S 000-025267

Published 8 September 2022, 3:41pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Contact

Sarah Bailey

Email

sarah.bailey@supplychain.nhs.uk

Telephone

+44 7540715014

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

Sarah Bailey

Email

sarah.bailey@supplychain.co.uk

Telephone

+44 7540715014

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

TRANSCATHETER HEART VALVE REPAIR, REPLACEMENT AND ASSOCIATED DEVICES 2023

two.1.2) Main CPV code

  • 33100000 - Medical equipments

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHS Supply Chain seeks to establish a non-exclusive framework agreement for the supply of percutaneous valve repair and replacement devices to NHS Supply Chain customers via the non-direct route of supply.

Certain products within this framework agreement are classified as high cost tariff excluded devices under the NHS England Specialised ServicesDevices Programme (SSDP) (formerly known as the High-Cost Tariff-Excluded Devices programme) . Trusts who are commissioned to provide specialised services in England are directed to purchase all their SSDP requirements through a national supply route via NHS Supply Chain.

It is anticipated that initial expenditure will be in the region of £130,000,000 to £160,000,000 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. The estimated value over the total framework agreement term is £800,000,000

two.1.5) Estimated total value

Value excluding VAT: £800,000,000

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: 2

two.2) Description

two.2.1) Title

Transcatheter Aortic Valve Implant (TAVI) System, Components & Accessories

Lot No

1

two.2.2) Additional CPV code(s)

  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33182000 - Cardiac support devices
  • 33182220 - Cardiac valve
  • 33182300 - Cardiac surgery devices
  • 33184300 - Artificial parts of the heart

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

Products within this lot include but are not limited to: transcatheter aortic valve implant systems including heart valves, loading systems and delivery systems.

Certain products within this lot are classified as high cost tariff excluded devices under the NHS England Specialised Services Devices Programme (SSDP). Trusts who are commissioned to provide specialised services in England are directed to purchase all their requirements through a national supply route via NHS Supply Chain. Details of the product categories currently within scope of the NHS England Specialised Service Devices Programme (SSDP), can be found using the following link: https://www.england.nhs.uk/commissioning/spec-services/key-docs/medical-devices/

In accordance with the specialised services commissioning policy, NHS Improvement and NHS England will determine which products are classified as excluded from tariff and which are made available under the NHS England Specialised Service Devices Programme (SSDP).

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: £750,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

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

This Framework Agreement will have the option to extend incrementally for up to a total Framework Agreement 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

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £120,000,000 to £150,000,000 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

Transcatheter Non-Aortic Valve/Chord Repair & Replacement system, Components & Accessories

Lot No

2

two.2.2) Additional CPV code(s)

  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33141210 - Balloon catheters
  • 33182000 - Cardiac support devices
  • 33182220 - Cardiac valve
  • 33182300 - Cardiac surgery devices
  • 33184300 - Artificial parts of the heart

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

Products within this lot include, but are not limited to: transcatheter pulmonary valve, tricuspid and mitral valve implant systems (including heart valves, loading systems and delivery systems) and mitral, pulmonary and tricuspid valve repair products, mitral chordae tendineae repair.

Certain products within this lot are classified as high cost tariff excluded devices under the NHS England Specialised Services Devices Programme (SSDP). Trusts who are commissioned to provide specialised services in England are directed to purchase all their requirements through a national supply route via NHS Supply Chain. Details of the product categories currently within scope of the NHS England Specialised Service Devices Programme (SSDP), can be found using the following link: https://www.england.nhs.uk/commissioning/spec-services/key-docs/medical-devices/

In accordance with the specialised services commissioning policy, NHS Improvement and NHS England will determine which products are classified as excluded from tariff and which are made available under the NHS England Specialised Services Devices Programme (SSDP).

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: £50,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

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

This Framework Agreement will have the option to extend incrementally for up to a total Framework Agreement 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

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £10,000,000 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.


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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-013448

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

Date

11 October 2022

Local time

3:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 7 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

12 October 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.3) Additional information

Submission of expression of interest and procurement specific information:

This procurement exercise will be conducted on the NHS Supply Chain eTendering 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 eTendering portal as follows:

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 to open the list of new procurement events.

Expression of interest.

— View Contract Notice 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.

— To start the response process after the expression of interest has been done, select the ‘My Active Opportunities’ option and click on the ‘Apply’ button.

— Select the procurement event from the list by clicking on the description

— In the detail view click on the orange coloured ‘Framework Agreement’ button to start responding to the tender.

Header level requirements:

— Applicants are required to read all Framework Header Documents which can be accessed using the ‘NHS SCHEADER DOCUMENTS’ button, which is located in the ‘SELECT FRAMEWORK’ tab.

— Applicants are required to upload the documents requested using the ‘SUPPLIER HEADER DOCUMENTS’ button, which is located in the ‘SELECT FRAMEWORK’ tab.

— Applicants are required to complete all mandatory questions, which can be accessed using the ‘FRAMEWORK QUESTIONNAIRE’ tab.

Lot level requirements:

— A preview of the Lot line details can be viewed using the ‘LOT HEADER’ tab, by selecting the Lot and using the ‘LOT LINE INFORMATION’ button. In order to respond to a Lot, Applicants must select the relevant Lot and then use the ‘EXPRESS INTENT’ button. This expression of intent does not place any obligation on the Applicant to respond, the action unlocks the ability to respond.

— Complete price offers per line for the Lot by completing the required fields for the lines the Applicant wantsto include in the bid using the ‘LOT LINE DETAIL’ tab. There are a number of mandatory fields to complete on a product line basis; these are highlighted in yellow in the ‘LOT LINE DETAIL’ tab.

— Applicants are required to answer all mandatory Lot specific questions found in the ‘LOT EVALUATIONCRITERIA’ tab.

— Applicants are then required to click on the ‘TERMS AND CONDITIONS’ button in the ‘SUBMIT INDIVIDUALLOT RESPONSE(S)’ tab to view and accept the ISS Terms and Conditions.

— Accept the ISS ‘TERMS AND CONDITIONS’ button to access this function.

— Submit Lot response, by clicking on the ‘SUBMIT RESPONSE TO SELECTED LOT’ button in the ‘SUBMITINDIVIDUAL LOT RESPONSE(S)’ tab to submit response for the Lot. Each Lot must be submitted independently.

— Applicants are able to view their submission using the ‘SUPPLIER SUBMISSION REPORT’ button, found in the ‘SUBMIT INDIVIDUAL LOT RESPONSE(S)’ tab.

Please refer to Section III.1.1 for additional information.

six.4) Procedures for review

six.4.1) Review body

Health Solutions Team Limited

Normanton

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended)