Tender

Endoscopy, Endourology & Oncology Ablation Consumables & Associated Products

  • NHS Supply Chain

F02: Contract notice

Notice identifier: 2024/S 000-029975

Procurement identifier (OCID): ocds-h6vhtk-042cac

Published 19 September 2024, 11:06am



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Contact

Gavin Staniforth

Email

Gavin.staniforth2@supplychain.nhs.uk

Country

United Kingdom

Region 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

Foxbridge Way

Normanton

WF6 1TL

Contact

Lindsay Baker

Email

Lindsay.Baker@supplychain.nhs.uk

Country

United Kingdom

Region code

UKE4 - West Yorkshire

Internet address(es)

Main address

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

Buyer's address

https://www.gov.uk/government/organisations/department-of-health-and-social-care/about/procurement

Tenders or requests to participate must be submitted electronically via

https://nhssupplychain.app.jaggaer.com/web/login.html

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

Endoscopy, Endourology & Oncology Ablation Consumables & Associated Products

two.1.2) Main CPV code

  • 33000000 - Medical equipments, pharmaceuticals and personal care products

two.1.3) Type of contract

Supplies

two.1.4) Short description

The framework agreement will cover Endoscopy, Endourology & Oncology Ablation Consumables and Associated Products.

It is anticipated that initial expenditure for this Framework will be circa £100,000,00 GBP in the first year of this Framework Agreement. If the Framework Agreement is extended to the maximum duration, the anticipated expenditure will be circa £426,000,000 GBP. These are approximates only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

This 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.1.5) Estimated total value

Value excluding VAT: £426,000,000

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: 3

two.2) Description

two.2.1) Title

Endoscopy

Lot No

1

two.2.2) Additional CPV code(s)

  • 33141200 - Catheters
  • 33141210 - Balloon catheters
  • 33141240 - Catheter accessories
  • 33153000 - Lithotripter
  • 33612000 - Medicinal products for functional gastrointestinal disorders

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

Lot 1 consists of the following Sub-Lots:

1.1 Endoscopy Capsules

1.2 Patient/Clinical Disposables

1.3 Catheters

1.4 Lithotripsy Consumables

1.5 Cleaning Brushes

1.6 Haemostasis

1.7 Cytology Brushes

1.8 Polyp Traps

1.9 Needles

1.10 Sphincterotome

1.11 Dilation - Including Balloons

1.12 Stents

1.13 Snares

1.14 Retrieval Products – Including Biopsy

1.15 Needle Knife

1.16 Cannulas

1.17 Tattoo Markers

1.18 Lifting Agents

1.19 Bite Blocks & Mouth Guards

1.20 Guidewires

1.21 Scope Accessories

1.22 Biopsy Valves/Caps

1.23 Endoscopy Cuff

1.24 Tubing

1.25 Single Use Visual Scope

1.26 Endoscopy Multi Tool

1.27 Equipment

1.28 Shavers

1.29 Feeding Tube

1.30 Endoscopic Suturing system

1.31 Endoscopic Fundoplication Device

1.32 Gastric Balloons

two.2.5) Award criteria

Quality criterion - Name: Supply Chain Assessment / Weighting: 25

Quality criterion - Name: Training and Education Value Add Programmes / Weighting: 20

Quality criterion - Name: Contract Management / Weighting: 25

Quality criterion - Name: Sales, Service and Quality / Weighting: 15

Quality criterion - Name: Social Value Fighting Climate Change / Weighting: 10

Quality criterion - Name: Social Value Equal Opportunity / Weighting: 5

Cost criterion - Name: Cost criterion / Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £286,000,000

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

Start date

1 September 2025

End date

31 August 2027

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

This Framework Agreement will have the option to extend incrementally for 24 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) Description

two.2.1) Title

Endourology

Lot No

2

two.2.2) Additional CPV code(s)

  • 33141200 - Catheters
  • 33141210 - Balloon catheters
  • 33141240 - Catheter accessories
  • 33141323 - Biopsy needles
  • 33153000 - Lithotripter

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

Lot 2 consists of the following Sub-Lots:

2.1 Single Use Ridged Scopes (Ridged & Flexible)

2.2 Accessories For Scopes

2.3 Ureteral Catheters

2.4 Lithotripter

2.5 Accessories And Consumables For Lithotripter

2.6 Urethral Dilators

2.7 Guidewires

2.8 Urethral Access Products

2.9 Prostate Biopsy Needles, Forceps And Accessories

2.10 Stones Retrieval Products

2.11 Ureteral Stents, Urethral And Nephrostomy Guidewires

2.12 Prostatic Ablation Devices

2.13 Laser Fibres

2.14 Supplementary Instruments Set

2.15 Bladder Evacuator And Syringe

2.16 Irrigation Fluid Managements Systems Continues Pressure Pump-Mono Chamber And Dual Chamber

2.17 Electrodes, Curette, Probe And Blades

2.18 Cleaning Accessories

2.19 Prostatic Urethral Lift

2.20 Prostatic Urethral Temporary Implant

2.21 Percutaneous Nephrostomy Kit

2.22 Transport And Storage

two.2.5) Award criteria

Quality criterion - Name: Supply Chain Assessment / Weighting: 25

Quality criterion - Name: Training and Education Value Add Programmes / Weighting: 20

Quality criterion - Name: Contract Management / Weighting: 25

Quality criterion - Name: Sales, Service and Quality / Weighting: 15

Quality criterion - Name: Social Value Fighting Climate Change / Weighting: 10

Quality criterion - Name: Social Value Equal Opportunity / Weighting: 5

Cost criterion - Name: Cost criterion / Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £129,000,000

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

Start date

1 September 2025

End date

31 August 2027

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

This Framework Agreement will have the option to extend incrementally for 24 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) Description

two.2.1) Title

Oncology Ablation

Lot No

3

two.2.2) Additional CPV code(s)

  • 33160000 - Operating techniques
  • 33165000 - Cryosurgical and cryotherapy devices
  • 33169000 - Surgical instruments
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)

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

Lot 3 consists of the following Sub-Lots:

3.1 Microwave Ablation Therapy

3.2 Cryoablation Therapy

3.3 Irreversible Electroporation Ablation

3.4 Radiofrequency Ablation Therapy

3.5 Electrochemotherapy

3.6 Oesophageal Ablation

3.7 Histotripsy Ablation

two.2.5) Award criteria

Quality criterion - Name: Supply Chain Assessment / Weighting: 25

Quality criterion - Name: Training and Education Value Add Programmes / Weighting: 20

Quality criterion - Name: Contract Management / Weighting: 25

Quality criterion - Name: Sales, Service and Quality / Weighting: 15

Quality criterion - Name: Social Value Fighting Climate Change / Weighting: 10

Quality criterion - Name: Social Value Equal Opportunity / Weighting: 5

Cost criterion - Name: Cost criterion / Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £11,000,000

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

Start date

1 September 2025

End date

31 August 2027

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

This Framework Agreement will have the option to extend incrementally for 24 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 individual Lots across the Framework Agreement.

Applicants may bid for one, more than one or all of the Lots and 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.

The Framework Agreement will be between NHS Supply Chain and individual suppliers. Under it there will be two different methods of supply - one for Non-Direct Contract Goods and one for Direct Contract Goods.

NHS Supply Chain will be entitled to purchase the Goods identified as Non-Direct Contract Goods which we will then 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. We will be entitled to enter into call-off contracts for Non-Direct Contract Goods, and also facilitate Participating Authorities in the award of a call-off contract, which include orders for Non-Direct Contract Goods.

Over the term of the Framework Agreement we may identify Goods as Direct Contract Goods, meaning 1) NHS Supply Chain; 2) any NHS Trust; 3) any other NHS entity; 4) any government department, agency or other statutory body (for the avoidance of doubt including local authorities) and/or 5) any private sector entity active in the UK healthcare sector will be able to directly order under the Framework Agreement and will be able to enter into a direct contract with you for any of the Goods under the Framework. Direct contracts placed under the Framework Agreement by parties other than us are between the party and you, we are not a party to those contracts.

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: 2024/S 000-001090

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

Date

21 October 2024

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: 9 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

22 October 2024

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

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 ITTs Open to All Suppliers.

— Select from the following ITTs:

ITT_1465 Endoscopy, Endourology & Oncology Ablation Consumables & Associated Products 2025

— Click on Express Interest.

— If you intend to respond select Intend to Respond.

Applicants are encouraged to download the supplier handbook located within the eProcurement portal by following the 'Supplier Helpcentre' link within the Useful Links section of the Dashboard.

For any technical help with the portal please contact:

Tel: 0800 069 8630 or email: help_uk@jaggaer.com

Please refer to Section III.1.1 for additional information.

six.4) Procedures for review

six.4.1) Review body

Not Applicable

Not Applicable

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)