Supply of Surgical Instruments to NHS
NhS Framework. The requirement is for the supply of the following types of Surgical Instruments products. Single Use Surgical Instruments and Single Use Surgical Instrument Packs. Reusable Surgical Instruments. Scalpel Blades Scalpel Handles and Disposable Scalpels.
United Kingdom-Normanton: Medical equipments, pharmaceuticals and personal care products
2016/S 072-125610
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
NHS Supply Chain acting as agent for NHS Business Services Authority
NHS Supply Chain, Foxbridge Way
Contact point(s): Paul Craven, NUTS Code UKE4
WF6 1TL Normanton
UNITED KINGDOM
Telephone: +44 771043555
E-mail: Paul.craven@supplychain.nhs.uk
Fax: +44 1924328744
Further information can be obtained from: NHS Supply Chain acting as agent for NHS Business Services Authority
Internet address: http://procurement.supplychain.nhs.uk/ISS/
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: NHS Supply Chain acting as agent for NHS Business Services Authority
Internet address: http://procurement.supplychain.nhs.uk/ISS/
Tenders or requests to participate must be sent to: NHS Supply Chain acting as agent for NHS Business Services Authority
Internet address: http://procurement.supplychain.nhs.uk/ISS/
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
Main site or location of works, place of delivery or of performance: ‘Various locations in UK’.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 683
Duration of the framework agreement
Duration in years: 2
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 38 340 000 GBP
II.1.5)Short description of the contract or purchase(s)
— Single Use Surgical Instruments and Single Use Surgical Instrument Packs.
— Reusable Surgical Instruments.
— Scalpel Blades Scalpel Handles and Disposable Scalpels.
— Single Use Suction Tubes.
— Self-Retaining Retraction Systems.
— Sterile Single Use Plastic Forceps.
In respect of the tender evaluation process and specifically in respect of Lot 1 and Lot 6 there is a requirement for a number of product samples to be evaluated by an independent testing house and all Applicants must present payment for this service by the tender closing date. Full details can be found in the Invitation to Tender documents that can be found on the NHS Supply Chain’s procurement portal.
II.1.6)Common procurement vocabulary (CPV)
33000000, 33130000, 33131000, 33131100, 33131114, 33131113, 33131132, 33131123, 33131500, 33140000, 33131160, 33141000, 33162100,33131161, 33141100, 33162200, 33131110, 33141120, 33169000, 33141411, 33169200, 33911000, 33141620, 33169300, 39241000, 33141641,33169400, 39241200, 33713000, 33742100, 33910000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 38 340 000 GBP
II.2.2)Information about options
Description of these options: ‘This Framework Agreement will have the option to extend incrementally for a maximum of 24 months in addition to the initial 2 year period upon review ’.
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Single Use Surgical Instruments and Single Use Surgical Instrument Packs
1)Short description
2)Common procurement vocabulary (CPV)
33000000, 33130000, 33131000, 33131100, 33131114, 33131132, 33131500, 33131160, 33131161, 33131110, 33131113, 33131123, 33140000,33141000, 33141100, 33141120, 33141620, 33141641, 33162100, 33162200, 33169000, 33713000, 33742100, 33910000, 33911000, 39241200,39241000
3)Quantity or scope
This is an estimate only as precise quantities of likely purchases are unknown: it is anticipated that in the first year of the Framework Agreement the value of purchases will be in the region of 5 200 000 GBP. However this is approximate only. The figure shown below is for the total estimated value based on the initial expenditure and takes into account forecasted growth’.
Estimated value excluding VAT: 23 800 000 GBP
5)Additional information about lots
Lot No: 2 Lot title: Reusable Surgical Instruments
1)Short description
2)Common procurement vocabulary (CPV)
33000000, 33140000, 33141100, 33141120, 33141620, 33141641, 33162100, 33162200, 33169000, 33169200, 33169300, 33169400, 33700000,33713000, 33742100, 33910000, 33911000, 39241000, 39241200
3)Quantity or scope
This is an estimate only as precise quantities of likely purchases are unknown. It is anticipated that in the first year of the Framework Agreement the value of purchases will be in the region of 1 200 000 GBP however this is approximate only. The figures below for the total estimated value are based on the initial expenditure and takes into account forecasted growth’.
Estimated value excluding VAT: 4 900 000 GBP
5)Additional information about lots
Lot No: 3 Lot title: Scalpel Blades, Scalpel Handles and Disposable Scalpels
1)Short description
2)Common procurement vocabulary (CPV)
33000000, 33141000, 33141411, 33162200, 33169000
3)Quantity or scope
This is an estimate only as precise quantities of likely purchases are unknown. It is anticipated that in the first year of the Framework Agreement the value of purchases will be in the region of 1 450 000 GBP however this is approximate only. The figures below for the total estimated value are based on that initial expenditure and takes into account forecasted growth’.
Estimated value excluding VAT: 5 900 000 GBP
5)Additional information about lots
Lot No: 4 Lot title: Single Use Suction Tubes
1)Short description
2)Common procurement vocabulary (CPV)
33000000, 33162100, 33162200, 33169000
3)Quantity or scope
This is an estimate only as precise quantities of likely purchases are unknown. It is anticipated that in the first year of the Framework Agreement the value of purchases will be in the region of 300 000 GBP however this is approximate only. The figures below for the total estimated value are based on that initial expenditure and takes into account forecasted growth’.
Estimated value excluding VAT: 1 900 000 GBP
5)Additional information about lots
Lot No: 5 Lot title: Self Retaining Retraction Systems
1)Short description
2)Common procurement vocabulary (CPV)
33000000, 33162100, 33162200, 33169000, 33162000
3)Quantity or scope
This is an estimate only as precise quantities of likely purchases are unknown. It is anticipated that in the first year of the Framework Agreement the value of purchases will be in the region of 240 000 GBP however this is approximate only. The figures below for the total estimated value are based on the initial expenditure and takes into account forecasted growth’.
Estimated value excluding VAT: 1 200 000 GBP
5)Additional information about lots
Lot No: 6 Lot title: Sterile Single Use Plastic Forceps
1)Short description
2)Common procurement vocabulary (CPV)
33000000, 33162100, 33162200, 33141000
3)Quantity or scope
This is an estimate only as precise quantities of likely purchases are unknown. It is anticipated that in the first year of the Framework Agreement the value of purchases will be in the region of 100 000 GBP however this is approximate only. The figures below for the total estimated value are based on that initial expenditure and takes into account forecasted growth’.
Estimated value excluding VAT: 640 000 GBP
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: ‘The Framework Agreement includes obligations with respect to Labour Standards and there is a requirement for successful suppliers to comply with the NHS Supply Chain Code of Conduct’.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: ‘This procurement exercise will be conducted on the NHS Supply Chain eTendering portal at http://procurement.supplychain.nhs.uk/ISS/ 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 http://procurement.supplychain.nhs.uk/ISS/ 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 http://procurement.supplychain.nhs.uk/ISS/
— 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.
Tender Response
1.1. Header Level Requirements: Applicants are required to read all Framework Header Documents which can be accessed using the “NHS SC Header Documents” button which is located in the “Select Framework” tab.
1.2. Applicants are required to upload the documents detailed in Appendix 10 Tender Document Check-list by using the “Supplier Header Documents” button which is located in the “Select Framework” tab.
1.3. The “Framework Questionnaire” and the “Lot Questionnaire Criteria” tabs have no requirement for completion in this tender.
1.4. 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.
1.5. There are no documents in the “NHS SC Lot Documents” tab in the “Lot Header” tab for this tender.
1.6. The “Supplier Lot Documents” button in each of the “Lot Header” tabs has no requirement for completion in this tender.
1.7. Complete price offers per line for the Lot by completing the required fields for the lines the Applicant wants to 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.
In addition to the Pricing information mandatory fields are:
1.8. Applicants are required to answer all mandatory Lot-specific questions in the “Lot Evaluation Criteria” tab.
1.9. Applicants are then required to click on the “Terms And Conditions” button in the “Submit Individual Lot Response(s)” tab to view and accept the ISS Terms and Conditions.
1.10. Finally Applicants are required to click on the “Submit Response To Selected Lot” button in the “Submit Individual Lot Response(s)” tab to submit their response for the Lot. Each Lot must be submitted independently meaning that the actions detailed above must be repeated for each individual Lot that an Applicant wishes to respond to.
1.11. Applicants are able to view their submission using the “Supplier Submission Report” button found in the “Submit Individual Lot Response(s)” tab. If the Applicant wishes to update their response before the Tender Closing Time is reached it can do so by amending the response and resubmitting. Only the latest submission will be available to NHS Supply Chain’.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
Additional information about electronic auction: ‘The use of eAuctions is an option that may be exercised as part of any further competition process following award of the Framework Agreement. Further details in respect of this are set out in the tender documents’.
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2015/S 202-365557 of 13.10.2015
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 5.5.2016 – 9:00
Place:
As in above-mentioned at I.1
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: ‘Only the NHS Supply Chain contract owner or delegate’.
Section VI: Complementary information
VI.3)Additional information
NHS Supply Chain reserves the right to appoint more suppliers to the Framework Agreement in the event that more than 683 reach the minimum score for appointment as set out in the ITT.
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/bulk buy initiatives.
NHS Supply Chain will share savings information in order to assist its customers with making informed procurement decisions.
In respect of all Lots trading commencement shall be subject to the awarded suppliers meeting the Labour Standards Assurance Scheme (LSAS) Level 2 requirements.
Please refer to Annex B of this notice for further award details per Lot.
The Framework Agreement will be between NHS Supply Chain and the Supplier. Under the Framework Agreement there will be 2 different methods of supply — 1 for Non-Direct Contract Products and 1 for Direct Contract Products.
NHS Supply Chain will be entitled to purchase the supplies and/or services identified in the tender documents as Non-Direct Contract Products which it 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.
For the supplies and/or services identified as Direct Contract Products in the tender documents 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.
For Direct Contract Products 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.
Electronic ordering will be used and electronic invoicing will be accepted and electronic payment will be used.
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 incurred by those expressing an interest in 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 http://procurement.supplychain.nhs.uk/ISS/ using the Message Centre facility linked to this particular contract notice’.
VI.4.1)Body responsible for appeal procedures
Not applicable
Body responsible for mediation procedures
Not applicable
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
Needle Exchange Contract 2016 – 2019
Tender to Supply CPAP Machines and Consumables