Notice Information
Notice Title
Medical Technology (MedTech) Innovation DPS
Notice Description
Supply Chain Coordination Ltd (the "authority or NHS Supply Chain") is issuing this Invitation to Tender ("ITT") in to establishing Dynamic Purchasing System (DPS). Offer a route to market for Innovative products (Novel or iterative and meets an unmet need or provides improvements upon existing models of care with the end-goal of benefiting the system, patients and/or care providers) The objectives of this contract are to: Enable customer access to Medical Technology (MedTech) products and associated services that would not normally be available and that are of an innovative nature that they cannot be range extended on to a traditional Framework Agreements. Provide a compliant route to the NHS market for innovative and game changing MedTech products, reducing the barriers to entry and the time to market. Whilst still maintaining patient safety and improving patient care. Enable early access to innovative technology and regulatory approved products which enhance treatment solution for NHS patients. Maintain a compliant route to market for the Trusts bringing innovation products to the market sooner. Improve patient outcomes. Category area covered by this DPS: - Orthopaedics, Trauma and Spine - Ophthalmology - Audiology - Cardiology - Interventional radiology - Endourology - Endoscopy - Neuromodulation inclusive of IDDP - Perfusion - Ablation - Minimally Invasive Surgery - IVDR products/ tests (Pathology and Point of Care) - Radiology The DPS Agreement will have an initial term of 12 months from 2nd January 2024, Following the initial term of 12 months NHS Supply chain has the option to extend for a further 6 years (if fill extension is taken, expiry will be 1st January 2031), subject to the needs of business (and its customers) or until the published value has been exceeded of approximate spend of PS500,000,000. You should note that any values which are listed in this Invitation to Participate are indicative only. Additional information: There are criteria detailed within the tender documentation around Compliance/Validation stage that is required to participate within this Innovation MedTech DPs that are a Pass/Fail Requirements. - URN Reference number provided by NHS Innovation service portal, HIN health innovation network or NHS SC Innovation Team where applicable for the following: - Innovation Service OR - National policy from NHSE or DHSC OR - NICE Guidance AND - MHRA Product Registration The following certification will be a requirement of the upcoming tender exercise and Applicants will be required to include evidence of this within their tender submission. - ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage, distribution and customer service. Further information in respect of certification requirements will be set out in the notice for the forthcoming procurement. If such 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 and provide evidence of ISO9001:2015 or equivalent for all relevant parties in the supply chain. - Employers Liability Insurance cover of PS5m per claim in the name of the Applicant - Public Liability Insurance cover of PS5m per claim in the name of the Applicant - Product Liability Insurance cover in the name of the Applicant of PS5m per claim or PS5m in the annual aggregate - 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). The NHS has adopted PPN 06/20 (taking account of Social Value), and therefore this future DPS Agreement will include some qualitative evaluation questions on Social Value with a pass/Fail requirement. For more information please see: https://www.gov.uk/government/publications/procurement-policy-note-0620-taking-account-of-social-value-in-the-award-of-central-government-contracts. In addition, from April 2023: the NHS adopted the Government's 'Taking Account of Carbon Reduction Plans'(PPN 06/21) requiring all suppliers with new contracts for goods, services, and/or works with an anticipated contract value above PS5 million per annum, to publish a carbon reduction plan for their direct emissions. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value. Suppliers bidding on NHS Supply Chain tenders will also be required to submit an Evergreen Assessment
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-2164f982-cee2-4837-ae0a-369d97af4a6a
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/fc4335f9-06a2-44c1-9da9-931c33f726f0
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Dynamic, Framework
- Procurement Category
- Goods
- Procurement Method
- Not Specified
- Procurement Method Details
- Other - establishing Dynamic Purchasing System (DPS)
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
33 - Medical equipments, pharmaceuticals and personal care products
-
- CPV Codes
33100000 - Medical equipments
Notice Value(s)
- Tender Value
- £5,000,000,000 £1B-£10B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 3 Jan 20242 years ago
- Submission Deadline
- 2 Feb 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 3 Feb 2024 - 2 Jan 2031 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS SUPPLY CHAIN
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- SE1 8UG
- Post Town
- South East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI45 Lambeth
- Delivery Location
- Not specified
-
- Local Authority
- Lambeth
- Electoral Ward
- Waterloo & South Bank
- Westminster Constituency
- Vauxhall and Camberwell Green
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/fc4335f9-06a2-44c1-9da9-931c33f726f0
3rd January 2024 - Opportunity notice on Contracts Finder -
-
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-2164f982-cee2-4837-ae0a-369d97af4a6a-2024-01-03T11:25:14Z",
"date": "2024-01-03T11:25:14Z",
"ocid": "ocds-b5fd17-2164f982-cee2-4837-ae0a-369d97af4a6a",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_405820/1297951",
"title": "Medical Technology (MedTech) Innovation DPS",
"description": "Supply Chain Coordination Ltd (the \"authority or NHS Supply Chain\") is issuing this Invitation to Tender (\"ITT\") in to establishing Dynamic Purchasing System (DPS). Offer a route to market for Innovative products (Novel or iterative and meets an unmet need or provides improvements upon existing models of care with the end-goal of benefiting the system, patients and/or care providers) The objectives of this contract are to: Enable customer access to Medical Technology (MedTech) products and associated services that would not normally be available and that are of an innovative nature that they cannot be range extended on to a traditional Framework Agreements. Provide a compliant route to the NHS market for innovative and game changing MedTech products, reducing the barriers to entry and the time to market. Whilst still maintaining patient safety and improving patient care. Enable early access to innovative technology and regulatory approved products which enhance treatment solution for NHS patients. Maintain a compliant route to market for the Trusts bringing innovation products to the market sooner. Improve patient outcomes. Category area covered by this DPS: - Orthopaedics, Trauma and Spine - Ophthalmology - Audiology - Cardiology - Interventional radiology - Endourology - Endoscopy - Neuromodulation inclusive of IDDP - Perfusion - Ablation - Minimally Invasive Surgery - IVDR products/ tests (Pathology and Point of Care) - Radiology The DPS Agreement will have an initial term of 12 months from 2nd January 2024, Following the initial term of 12 months NHS Supply chain has the option to extend for a further 6 years (if fill extension is taken, expiry will be 1st January 2031), subject to the needs of business (and its customers) or until the published value has been exceeded of approximate spend of PS500,000,000. You should note that any values which are listed in this Invitation to Participate are indicative only. Additional information: There are criteria detailed within the tender documentation around Compliance/Validation stage that is required to participate within this Innovation MedTech DPs that are a Pass/Fail Requirements. - URN Reference number provided by NHS Innovation service portal, HIN health innovation network or NHS SC Innovation Team where applicable for the following: - Innovation Service OR - National policy from NHSE or DHSC OR - NICE Guidance AND - MHRA Product Registration The following certification will be a requirement of the upcoming tender exercise and Applicants will be required to include evidence of this within their tender submission. - ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage, distribution and customer service. Further information in respect of certification requirements will be set out in the notice for the forthcoming procurement. If such 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 and provide evidence of ISO9001:2015 or equivalent for all relevant parties in the supply chain. - Employers Liability Insurance cover of PS5m per claim in the name of the Applicant - Public Liability Insurance cover of PS5m per claim in the name of the Applicant - Product Liability Insurance cover in the name of the Applicant of PS5m per claim or PS5m in the annual aggregate - 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). The NHS has adopted PPN 06/20 (taking account of Social Value), and therefore this future DPS Agreement will include some qualitative evaluation questions on Social Value with a pass/Fail requirement. For more information please see: https://www.gov.uk/government/publications/procurement-policy-note-0620-taking-account-of-social-value-in-the-award-of-central-government-contracts. In addition, from April 2023: the NHS adopted the Government's 'Taking Account of Carbon Reduction Plans'(PPN 06/21) requiring all suppliers with new contracts for goods, services, and/or works with an anticipated contract value above PS5 million per annum, to publish a carbon reduction plan for their direct emissions. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value. Suppliers bidding on NHS Supply Chain tenders will also be required to submit an Evergreen Assessment",
"datePublished": "2024-01-03T11:25:14Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "33100000",
"description": "Medical equipments"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 5000000000,
"currency": "GBP"
},
"procurementMethodDetails": "Other - establishing Dynamic Purchasing System (DPS)",
"tenderPeriod": {
"endDate": "2024-02-02T15:00:00Z"
},
"contractPeriod": {
"startDate": "2024-02-03T00:00:00Z",
"endDate": "2031-01-02T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "goods",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/fc4335f9-06a2-44c1-9da9-931c33f726f0",
"datePublished": "2024-01-03T11:25:14Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"description": "Link to eSourcing Portal",
"url": "https://nhssupplychain.app.jaggaer.com"
},
{
"id": "3",
"description": "Link to Find a tender",
"url": "https://www.find-tender.service.gov.uk/Notice/000095-2024"
}
]
},
"parties": [
{
"id": "GB-CFS-210249",
"name": "NHS Supply Chain",
"identifier": {
"legalName": "NHS Supply Chain"
},
"address": {
"streetAddress": "Wellington House, 133-155 Waterloo Road",
"locality": "London",
"postalCode": "SE1 8UG",
"countryName": "England"
},
"contactPoint": {
"email": "Kayla.Richardson@supplychain.nhs.uk",
"telephone": "1"
},
"details": {
"url": "https://nhssupplychain.app.jaggaer.com//"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-210249",
"name": "NHS Supply Chain"
}
}