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
Sheena Donaldson
Sheena.donaldson@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
Additional information can be obtained from another address:
NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)
Equinox House City Link
Nottingham
NG2 4LA
Contact
Sheena Donaldson (Rehabilitation Category Lead)
Sheena.donaldson@supplychain.nhs.uk
Country
United Kingdom
Region code
UKF14 - Nottingham
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-of-health
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/web/login.html
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
Artificial Limbs, Components and Associated Products 2025
two.1.2) Main CPV code
- 33184000 - Artificial parts of the body
two.1.3) Type of contract
Supplies
two.1.4) Short description
NHS Supply Chain are seeking to establish a multi-supplier framework for the supply of Artificial Limbs and Associated Products.
In scope range for this Framework shall include: Prosthetic hardware – limbs and components, Upper limb Structural components, Lower Limb Structural components, Suspension methods, Power management, MPK (micro-processor knees), Standard definition cosmeses, Prosthetic consumables – Stump shrinkers, liners and socks, Multi Grip Upper Limbs.
Out of scope for this Framework: Prosthetic Services, Non commissioned (NHSE&I) prosthetic solutions, High definition cosmeses, Advanced sport solutions (running blades)
Precise quantities are unknown. It is anticipated in the first year that spend will be approximately £22,500,000 GBP, however this is approximate only and may vary depending on requirements of bodies purchasing under the Framework. The estimated value over the total Framework Agreement term (including any extension options), (2+2 year term) = £90,000,000
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 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.
two.1.5) Estimated total value
Value excluding VAT: £90,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 03000000 - Agricultural, farming, fishing, forestry and related products
two.2.3) Place of performance
NUTS codes
- 1A - Kosovo
two.2.4) Description of the procurement
"NHS Supply Chain are seeking to establish a multi-supplier framework for the supply of Artificial Limbs and Associated Products
In scope range for this Framework shall include: Prosthetic hardware – limbs and components, Upper limb Structural components, Lower Limb Structural components, Suspension methods, Power management, MPK (micro-processor knees), Standard definition cosmeses, Prosthetic consumables – Stump shrinkers, liners and socks, Multi Grip Upper Limbs
Out of scope for this Framework: Prosthetic Services, Non commissioned (NHSE&I) prosthetic solutions, High definition cosmeses, Advanced sport solutions (running blades)"
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £ £22,500,000 GBP 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.3) Estimated date of publication of contract notice
15 February 2025
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 that NHS Supply Chain intends to commence during the subsequent 12 months. The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time.
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 accredited by the United Kingdom Accreditation Service (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. If Quality Assurance Standard 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.
- Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to d-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable).
- MHRA registration of any medical devices, in compliance with the Medical Devices Regulations 2022 (SI 2022 No 618, as amended) (UK MDR 2022).
- The Insurance set out below, acceptable evidence of which should be an Insurance Certificate or a signed Broker’s letter.
> Employers liability Insurance cover of £5m per claim in the name of the Applicant
> Public Liability Insurance cover of £5m per claim in the name of the Applicant
> Product Liability Insurance cover of £5m in the name of the Applicant
NHS Supply Chain will assess the Applicant’s economic and financial standing (or that of the entity or entities the Applicant is relying upon). Documentary evidence of this will be required at tender stage.
NHS Supply Chain will be assessing Sustainability and Social Value requirements as part of the upcoming tender process:
> Carbon reduction Plan – All suppliers of new contracts for goods, services and works are required to publish a Carbon Reduction Plan (CRP) (PPN 06/21). This will be a pass/fail requirement at SQ stage of the upcoming tender.
> Social Value Requirements – All procurements will include a minimum 10% net zero and social value weighting. Questions in the upcoming tender will form part of the Non-Financial criteria. Should the upcoming tender be identified as Medium or High risk in relation to modern slavery, a pass/fail requirement will be implemented in relation to a Modern Slavery Social Value question.
>Evergreen Assessment – All Suppliers are required to complete an Evergreen Supplier Assessment. This will be a pass/fail requirement at SQ stage of the upcoming tender.
> NHS England Supplier Roadmap – The NHS net zero supplier roadmap sets out the steps suppliers must take to align wit the NHS net zero ambition between now and 2030.
> Modern Slavery – All suppliers must complete and maintain an up-to-date Modern Slavery Assessment Tool (MSAT) as a minimum requirement (PPN 02/23). This will be a pass/fail requirement at SQ stage of the upcoming tender.
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.
As part of its pre-tender strategy, NHS Supply Chain anticipates engaging with suppliers of these products via an expression of interest. Please follow the guidance below:
PORTAL ACCESS
- Login with URL https://nhssupplychain.app.jaggaer.com//
- Click on “SQs Open to All Suppliers
Find SQ_564