Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Contact
Mark Lezemore
Mark.lezemore1@supplychain.nhs.uk
Telephone
+44 7970514142
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://nhssupplychain.app.jaggaer.com/
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Additional information can be obtained from the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Total Orthopaedic Solutions 3 (TOS3)
Reference number
Project_0967
two.1.2) Main CPV code
- 33141700 - Orthopaedic supplies
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Total Orthopaedic Solutions 3 framework is the third iteration of the successful framework for the provision or orthopaedic goods and services to the NHS which was introduced in 2014. It is designed as a single comprehensive orthopaedic agreement, focused on delivering continued benefits and value to the NHS and its patients. There shall be 3 Orthopaedic Lots detailed in this Notice. Award to Lot 3 is subject to award to Lot 1 and/or Lot 2 for all suppliers.
It will be a non-exclusive Framework Agreement (FWA) for the supply to the NHS Supply Chain customer base predominantly via the NHS Supply Chain E-Direct route to market for orthopaedic consumables, orthopaedic instruments, orthopaedic software and limited orthopaedic theatre support services. Products include: orthopaedic medical devices, orthopaedic theatre procedure consumables and instruments.
It is anticipated that expenditure will be in the region of £1,818,000,000 to £2,062,000,000 over the 4 year term 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.1.5) Estimated total value
Value excluding VAT: £2,062,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Maximum number of lots that may be awarded to one tenderer: 3
two.2) Description
two.2.1) Title
Orthopaedic Medical Implants and Consumables
Lot No
1
two.2.2) Additional CPV code(s)
- 33141510 - Blood products
- 33141520 - Plasma extracts
- 33141630 - Blood plasma filters
- 33141700 - Orthopaedic supplies
- 33141750 - Artificial joints
- 33141770 - Fracture appliances, pins and plates
- 33162000 - Operating theatre devices and instruments
- 33162100 - Operating-theatre devices
- 33162200 - Operating-theatre instruments
- 33168100 - Endoscopes
- 33169000 - Surgical instruments
- 33183100 - Orthopaedic implants
- 33183200 - Orthopaedic prostheses
- 33183300 - Osteosynthesis devices
- 33184100 - Surgical implants
- 33190000 - Miscellaneous medical devices and products
- 33191000 - Sterilisation, disinfection and hygiene devices
- 33195000 - Patient-monitoring system
- 33697110 - Bone reconstruction cements
- 50422000 - Repair and maintenance services of surgical equipment
- 85121283 - Orthopaedic services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man)
two.2.4) Description of the procurement
The supply of hip, knee and sports medicine arthroplasty, orthopaedic extremities, orthopaedic internal & external implants, spine implants, bone preparation, orthopaedic power tools and consumables, regenerative technology and orthopaedic generic instrumentation.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £1,764,000,000 to £2,000,000,000 in the initial term 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
Orthopaedic Capital Equipment
Lot No
2
two.2.2) Additional CPV code(s)
- 33121000 - Long term ambulatory recording system
- 33162100 - Operating-theatre devices
- 33162200 - Operating-theatre instruments
- 33168100 - Endoscopes
- 33197000 - Medical computer equipment
- 48180000 - Medical software package
- 48814000 - Medical information systems
- 48814100 - Nursing information system
- 48814200 - Patient-administration system
- 48814300 - Theatre management system
- 48814400 - Clinical information system
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
two.2.4) Description of the procurement
The procurement of orthopaedic capital equipment directly related to supporting orthopaedic surgical procedures, in particular but not limited to orthopaedic surgical power tools, navigation and robotics.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £45,000,000 to £50,000,000 in the initial term 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
Orthopaedic Service and Solutions
Lot No
3
two.2.2) Additional CPV code(s)
- 33121000 - Long term ambulatory recording system
- 33195000 - Patient-monitoring system
- 48814100 - Nursing information system
- 48814200 - Patient-administration system
- 48814300 - Theatre management system
- 48814400 - Clinical information system
- 50422000 - Repair and maintenance services of surgical equipment
- 85121283 - Orthopaedic services
- 85121300 - Surgical specialist services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
two.2.4) Description of the procurement
The procurement of solutions to support the delivery of orthopaedic services to include but not limited to, wearable devices, patient/surgeon applications, managed equipment services and software solutions directly related to products and devices available under Lots 1 or 2.
two.2.14) Additional information
This will be a new Lot under the Framework hence precise quantities are unknown.
two.3) Estimated date of publication of contract notice
9 January 2023
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 purpose of this notice is to draw attention to a procurement awarding a National Framework Agreement titled "Total Orthopaedic Solutions 3" which will be accessible by all parts of the NHS via NHS Supply Chain.
Supply Chain Coordination Ltd trading as NHS Supply Chain will be entitled to purchase the supplies identified in the forthcoming tender documents as Non-Direct Contract Products which it will then make available for purchase by:
1) any NHS Trust, shared service, purchasing or contracting Authority;
2) any other NHS entity or Local Authority;
3) any government department agency or other statutory body and/or;
4) any private sector entity active in the UK healthcare sector;
5) any third party / managed service acting on behalf of the NHS.
There will be an online supplier event to be held on Friday 21st October 2022 from 10:30 to 11:30 to give insight into the tender and framework. Any supplier expressing an interest to this opportunity through this Prior Information Notice will be invited to this event and sent details. Attendance is not mandatory and NHS Supply Chain will not cover any costs incurred by Applicants participating in the event.
The following certification will be a requirement of the tender exercise.
-Declarations of Conformity and Certificates of Conformity from an UK Approved Body (UKCA) or EU Notified Body (CE), covering all products intended for submission under the tender, to demonstrate compliance to UK Medical Device Regulations 2002.
-evidence of an effective quality control system in place covering all segments of the Applicant's (and the product's) supply chain for example but not be limited to, manufacturing, storage, distribution and customer service. Valid ISO 9001:2015 accreditation by a United Kingdom or external certification body is preferred. If such evidence of an effective quality control system is 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.
-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 £5m per claim or £5m per claim and in the annual aggregate
If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Public Liability Insurance or Product Liability Insurance certification at the time of their tender submission then the requirement is that such certification is in place prior to the commencement date of the framework agreement (in order for NHS Supply Chain to place orders with the successful Applicant).
-The NHS has adopted PPN 06/20 2022 taking account of social value in the award of government contracts therefore this Framework Agreement will include some qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award. To understand what’s included in Social Value, please see: https://www.gov.uk/government/publications/procurement-policy-note-0620-taking account-ofsocialvalue-in-the-award-of-central-government-contracts. In addition, from April 2023: the NHS will adopt the Government’s ‘Taking Account of Carbon Reduction Plans‘ (PPN 06/21) requiring all suppliers with new contracts for goods, services,
Candidates wishing to register their expression of interest must do so via the Jaggaer Messaging Centre.
Registration:
1. Use https://nhssupplychain.app.jaggaer.com/ to access the NHS Supply Chain Procurement portal.
2. If not yet registered:
— Click on the ‘Register here' 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 https://nhssupplychain.app.jaggaer.com/
Within supplier area, click ‘SQs Open To All Suppliers’ link and select NTC_683 Total Orthopaedic Solutions 3 (TOS3), Project_967.
Select Express interest