Planning

Robotic Surgical Equipment and Associated Accessories Agile

NHS SUPPLY CHAIN

This public procurement record has 1 release in its history.

Planning

17 Aug 2022 at 08:36

Summary of the contracting process

The NHS Supply Chain is planning a procurement process for Robotic Surgical Equipment and Associated Accessories. This tender falls under the Medical equipments category and has a value of approximately GBP 160,000,000. The procurement will start on October 2, 2022, and end on October 1, 2024. Interested parties should note that certification requirements, including ISO 9001:2015 or equivalent, will be mandatory for this tender.

This tender by the NHS Supply Chain offers a significant business opportunity for suppliers of Robotic Surgical Equipment and Associated Accessories. Small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprise (VCSE) organisations are well-suited to participate in this procurement process. Businesses with expertise in medical equipment supply chains, quality standards, and insurance coverage should consider competing for this lucrative contract.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Robotic Surgical Equipment and Associated Accessories Agile

Notice Description

To provide a framework for Robotic Surgical Equipment and associated accessories. NHS Supply Chain is conducting market research into Robotic Surgical Equipment, including related accessories/consumables, that cover a wide range of medical procedures including, but not limited to, General Surgery and Laparoscopic. Precise quantities are unknown. Due to technological advancement, specifications will be reviewed, to enable the NHS to access to the latest products via the framework. New suppliers may be awarded on the framework due to this. More information on this is provided in the attached letter. This will be in conjunction with the 2 year extension. Precise quantities are unknown & is anticipated that initial expenditure will be between GBP 75,000,000 to GBP 80,000,000 in the first year of the extension period, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. Additional information: 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 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 - Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable) Please see link to the Find a Tender notice where further details can be found - https://www.find-tender.service.gov.uk/Notice/022653-2022

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-88ff9e07-fecc-494e-aa6f-ee8db18431eb
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/4a94f57e-2c1a-4d42-b9a1-909c9d96748c
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planned Procurement Notice
Procurement Type
Framework
Procurement Category
Not specified
Procurement Method
Not Specified
Procurement Method Details
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
£160,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Aug 20223 years ago
Submission Deadline
Not specified
Future Notice Date
16 Aug 2022Expired
Award Date
Not specified
Contract Period
1 Oct 2022 - 1 Oct 2024 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

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
SWILLINGTON
Postcode
LS15 4LG
Post Town
Leeds
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE42 Leeds
Delivery Location
Not specified

Local Authority
Leeds
Electoral Ward
Garforth & Swillington
Westminster Constituency
Leeds East

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-b5fd17-88ff9e07-fecc-494e-aa6f-ee8db18431eb-2022-08-17T09:36:10+01:00",
    "date": "2022-08-17T09:36:10+01:00",
    "ocid": "ocds-b5fd17-88ff9e07-fecc-494e-aa6f-ee8db18431eb",
    "language": "en",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "1",
                "documentType": "plannedProcurementNotice",
                "description": "Future opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/4a94f57e-2c1a-4d42-b9a1-909c9d96748c",
                "datePublished": "2022-08-17T09:36:10+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "description": "https://www.find-tender.service.gov.uk/Notice/022653-2022",
                "url": "https://www.find-tender.service.gov.uk/Notice/022653-2022"
            }
        ]
    },
    "tender": {
        "id": "tender_314615/1098309",
        "title": "Robotic Surgical Equipment and Associated Accessories Agile",
        "description": "To provide a framework for Robotic Surgical Equipment and associated accessories. NHS Supply Chain is conducting market research into Robotic Surgical Equipment, including related accessories/consumables, that cover a wide range of medical procedures including, but not limited to, General Surgery and Laparoscopic. Precise quantities are unknown. Due to technological advancement, specifications will be reviewed, to enable the NHS to access to the latest products via the framework. New suppliers may be awarded on the framework due to this. More information on this is provided in the attached letter. This will be in conjunction with the 2 year extension. Precise quantities are unknown & is anticipated that initial expenditure will be between GBP 75,000,000 to GBP 80,000,000 in the first year of the extension period, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. Additional information: 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 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 - Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable) Please see link to the Find a Tender notice where further details can be found - https://www.find-tender.service.gov.uk/Notice/022653-2022",
        "status": "planned",
        "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"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 150000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 160000000,
            "currency": "GBP"
        },
        "communication": {
            "futureNoticeDate": "2022-08-16T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2022-10-02T00:00:00+01:00",
            "endDate": "2024-10-01T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        }
    },
    "parties": [
        {
            "id": "GB-CFS-216461",
            "name": "NHS Supply Chain",
            "identifier": {
                "legalName": "NHS Supply Chain"
            },
            "address": {
                "streetAddress": "NHS Supply Chain, Building 3, Carrwood Park",
                "locality": "Swillington",
                "postalCode": "LS15 4LG",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "James Cater",
                "email": "james.cater@supplychain.nhs.uk",
                "telephone": "+44 7562210388"
            },
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-of-health/about/procurement"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-216461",
        "name": "NHS Supply Chain"
    }
}