Minimally Invasive Surgery Products Supply Framework
Non-exclusive framework agreement for the supply to the NHS Supply Chain depots via the Stock and Blue Diamond routes and to the NHS Supply Chain Customer base via the E-Direct route of trocars.
United Kingdom-Normanton: Endoscopy, endosurgery devices
2016/S 117-208722
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): NUTS Code UKE4
For the attention of: Colette Kennedy
WF6 1TL Normanton
United Kingdom
Telephone: +44 7764973503
E-mail: Colette.Kennedy@supplychain.nhs.uk
Fax: +44 1924328744
Internet address(es):
General address of the contracting authority: www.supplychain.nhs.uk
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
Number of participants to the framework agreement envisaged: 45
Duration of the framework agreement
Duration in months: 12
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 90 000 000 and 120 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The estimated value of the purchases throughout the term (including the extension option described in II.2.2) of the framework agreement is between 90 000 000 and 120 000 000 GBP. The actual value of the framework agreement may be less than or exceed the estimated value dependent upon the requirements of those bodies eligible to purchase from the framework agreement throughout the duration.
This Framework Agreement is for 12 months with the option to extend in incremental stages for up to a total period of 36 months.
II.1.6)Common procurement vocabulary (CPV)
33168000, 33120000, 33140000, 33141120, 33141122, 33141126, 33161000, 33162100, 33162200, 33168100, 33641200
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:
Range: between 90 000 000 and 120 000 000 GBP
II.2.2)Information about options
Description of these options: NHS Supply Chain will have the option to extend for a maximum of up to 36 months in the initial 12 month term of this framework agreement on one or more occasions.
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Trocars
1)Short description
2)Common procurement vocabulary (CPV)
33168000, 33162200, 33162100, 33140000
3)Quantity or scope
Appointment within the Lot will be made on a product line by product line basis and all Applicants who meet the minimum requirements which are set out in the Invitation to Tender and who reach over a score of 45 % will be appointed to that product line within the Lot. Applicants should note that they may therefore be appointed for 1 or a number of the product lines across this Lot and should refer to the Invitation to Tender for further information in respect of this.
Estimated value excluding VAT:
Range: between 15 000 000 and 22 000 000 GBP
Lot No: 2 Lot title: Mechanical Stapling
1)Short description
2)Common procurement vocabulary (CPV)
33168000, 33141122, 33162200, 33162100, 33120000
3)Quantity or scope
Appointment within the Lot will be made on a product line by product line basis and all Applicants who meet the minimum requirements which are set out in the Invitation to Tender and who reach over a score of 45 % will be appointed to that product line within the Lot. Applicants should note that they may therefore be appointed for 1 or a number of the product lines across this Lot and should refer to the Invitation to Tender for further information in respect of this.
Estimated value excluding VAT:
Range: between 20 000 000 and 26 000 000 GBP
Lot No: 3 Lot title: Energy Products (used in open and laparoscopic surgery)
1)Short description
2)Common procurement vocabulary (CPV)
33168000, 33140000, 33162200, 33162100, 33120000
3)Quantity or scope
Appointment within the Lot will be made on a product line by product line basis and all Applicants who meet the minimum requirements which are set out in the Invitation to Tender and who reach over a score of 45 % will be appointed to that product line within the Lot. Applicants should note that they may therefore be appointed for 1 or a number of the product lines across this Lot and should refer to the Invitation to Tender for further information in respect of this.
Estimated value excluding VAT:
Range: between 20 000 000 and 26 000 000 GBP
Lot No: 4 Lot title: Ligation
1)Short description
2)Common procurement vocabulary (CPV)
33168000, 33141126, 33141120, 33140000, 33162200, 33162100
3)Quantity or scope
Appointment within the Lot will be made on a product line by product line basis and all Applicants who meet the minimum requirements which are set out in the Invitation to Tender and who reach over a score of 45 % will be appointed to that product line within the Lot. Applicants should note that they may therefore be appointed for one or a number of the product lines across this Lot and should refer to the Invitation to Tender for further information in respect of this.
Lot No: 5 Lot title: Laparoscopic Instruments and Laparoscopic Packs
1)Short description
2)Common procurement vocabulary (CPV)
33168000, 33140000, 33141120, 33162200, 33162100, 33120000
3)Quantity or scope
Appointment within the Lot will be made on a product line by product line basis and all Applicants who meet the minimum requirements which are set out in the Invitation to Tender and who reach over a score of 45 % will be appointed to that product line within the Lot. Applicants should note that they may therefore be appointed for one or a number of the product lines across this Lot and should refer to the Invitation to Tender for further information in respect of this.
Estimated value excluding VAT:
Range: between 18 000 000 and 22 000 000 GBP
Lot No: 6 Lot title: Abnormal Uterine Bleeding Products
1)Short description
2)Common procurement vocabulary (CPV)
33641200, 33162200, 33161000, 33162100, 33140000, 33168100, 33120000, 33168000
3)Quantity or scope
Appointment within the Lot will be made on a product line by product line basis and all Applicants who meet the minimum requirements which are set out in the Invitation to Tender and who reach over a score of 45 % will be appointed to that product line within the Lot. Applicants should note that they may therefore be appointed for one or a number of the product lines across this Lot and should refer to the Invitation to Tender for further information in respect of this.
Estimated value excluding VAT:
Range: between 4 000 000 and 8 000 000 GBP
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
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 environmental issues and 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
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: Although an electronic auction will not be used to award all or part of the requirements of the Framework Agreement the use of eAuctions may be an option as part of any contracts awarded under the Framework Agreement.
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Notice number in the OJEU: 2014/S 243-427569 of 17.12.2014
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: 15.7.2016 – 9:00
Place:
As in abovementioned 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
Tenderers should note that for all Lots it is anticipated that more than one supplier will be appointed to each of the product lines within each Lot. Suppliers should therefore note that they may be appointed across one or a number of these product lines within each Lot. All Lots will be evaluated on a product line by product line basis. All Applicants whose total score for a product line meets or exceeds the threshold of 45 % when rounded off to the nearest whole number will be awarded to the Framework Agreement for that product line.
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.
Non-Direct Contract Products
Trocars
Mechanical Stapling
Energy Products (used in open and laparoscopic surgery)
Ligation
Laparoscopic Instruments and Laparoscopic Packs
Abnormal Uterine Bleeding Products
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 cost 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 http://procurement.supplychain.nhs.uk/ISS/ using the Message Centre facility linked to this particular contract notice.
VI.5)Date of dispatch of this notice:
Related Posts
Community Equipment Service Berkshire
Framework Agreement for the Supply of Endoscopy Consumables
Supply Operating Tables and Theatre Lighting to NHS Scotland
Imaging Equipment Service Contract