Notice Information
Notice Title
TRANSCATHETER HEART VALVE REPAIR, REPLACEMENT AND ASSOCIATED DEVICES
Notice Description
NHS Supply Chain seeks to establish a non-exclusive framework agreement for the supply of percutaneous valve repair and replacement devices to NHS Supply Chain customers via the non-direct route of supply. Certain products within this framework agreement are classified as high cost tariff excluded devices under the NHS England Specialised ServicesDevices Programme (SSDP) (formerly known as the High-Cost Tariff-Excluded Devices programme) . Trusts who are commissioned to provide specialised services in England are directed to purchase all their SSDP requirements through a national supply route via NHS Supply Chain. It is anticipated that initial expenditure will be in the region of PS130,000,000 to PS160,000,000 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. The estimated value over the total framework agreement term is PS800,000,000
Lot Information
Transcatheter Aortic Valve Implant (TAVI) System, Components & Accessories
NHS Supply Chain seeks to establish a non-exclusive framework agreement for the supply of percutaneous valve repair and replacement devices to NHS Supply Chain customers via the non-direct route of supply. Certain products within this framework agreement are classified as high cost tariff excluded devices under the NHS England Specialised Services Devices Programme (SSDP) (formerly known as the High-Cost Tariff- Excluded Devices programme) . Trusts who are commissioned to provide specialised services in England are directed to purchase all their SSDP requirements through a national supply route via NHS Supply Chain. It is anticipated that initial expenditure will be in the region of PS130,000,000 to PS160,000,000 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. The estimated value over the total framework agreement term is PS880,000,000.
Options: The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 48 months.
Transcatheter Non-Aortic Valve/Chord Repair & Replacement system, Components & AccessoriesProducts within this lot include, but are not limited to: transcatheter pulmonary valve, tricuspid and mitral valve implant systems (including heart valves, loading systems and delivery systems) and mitral, pulmonary and tricuspid valve repair products, mitral chordae tendineae repair. Certain products within this lot are classified as high cost tariff excluded devices under the NHS England Specialised Services Devices Programme (SSDP). Trusts who are commissioned to provide specialised services in England are directed to purchase all their requirements through a national supply route via NHS Supply Chain. Details of the product categories currently within scope of the NHS England Specialised Service Devices Programme (SSDP), can be found using the following link: https://www.england.nhs.uk/commissioning/spec-services/key-docs/medical-devices/ In accordance with the specialised services commissioning policy, NHS Improvement and NHS England will determine which products are classified as excluded from tariff and which are made available under the NHS England Specialised Services Devices Programme (SSDP). Additional information: Evaluation was carried out on a Product Line by Product Line basis. All Suppliers who met the minimum requirements as set out in the Invitation to Tender and whose total score met or exceeded the hurdle of 40% were awarded to the Lot of the Framework Agreement.
Options: The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 48 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-033b26
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/031248-2025
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
33 - Medical equipments, pharmaceuticals and personal care products
-
- CPV Codes
33100000 - Medical equipments
33141000 - Disposable non-chemical medical consumables and haematological consumables
33182000 - Cardiac support devices
33182220 - Cardiac valve
33182300 - Cardiac surgery devices
33184300 - Artificial parts of the heart
Notice Value(s)
- Tender Value
- £800,000,000 £100M-£1B
- Lots Value
- £800,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £1,680,000,000 £1B-£10B
Notice Dates
- Publication Date
- 10 Jun 20258 months ago
- Submission Deadline
- 11 Oct 2022Expired
- Future Notice Date
- 7 Sep 2022Expired
- Award Date
- 21 Mar 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SUPPLY CHAIN COORDINATION LIMITED
- Additional Buyers
NHS SUPPLY CHAIN OPERATED BY HEALTH SOLUTIONS TEAM LIMITED ACTING AS AGENT OF SUPPLY CHAIN COORDINATION LTD (SCCL)
- Contact Name
- Catherine Nuttall, Sarah Bailey
- Contact Email
- catherine.nuttall@supplychain.nhs.uk, sarah.bailey@supplychain.nhs.uk, sophie.calpin1@supplychain.nhs.uk
- Contact Phone
- +44 7540715014, +44 7887627893
Buyer Location
- Locality
- LONDON
- Postcode
- SE1 6LH
- 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 URLs
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-h6vhtk-033b26-2025-06-10T13:15:18+01:00",
"date": "2025-06-10T13:15:18+01:00",
"ocid": "ocds-h6vhtk-033b26",
"description": "Submission of expression of interest and procurement specific information: This procurement exercise will be conducted on the NHS Supply Chain eTendering portal at https://nhssupplychain.app.jaggaer.com// 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 https://nhssupplychain.app.jaggaer.com// 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 https://nhssupplychain.app.jaggaer.com// . -- 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. Header level requirements: -- Applicants are required to read all Framework Header Documents which can be accessed using the 'NHS SCHEADER DOCUMENTS' button, which is located in the 'SELECT FRAMEWORK' tab. -- Applicants are required to upload the documents requested using the 'SUPPLIER HEADER DOCUMENTS' button, which is located in the 'SELECT FRAMEWORK' tab. -- Applicants are required to complete all mandatory questions, which can be accessed using the 'FRAMEWORK QUESTIONNAIRE' tab. 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. -- Complete price offers per line for the Lot by completing the required fields for the lines the Applicant wantsto 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. -- Applicants are required to answer all mandatory Lot specific questions found in the 'LOT EVALUATIONCRITERIA' tab. -- Applicants are then required to click on the 'TERMS AND CONDITIONS' button in the 'SUBMIT INDIVIDUALLOT RESPONSE(S)' tab to view and accept the ISS Terms and Conditions. -- Accept the ISS 'TERMS AND CONDITIONS' button to access this function. -- Submit Lot response, by clicking on the 'SUBMIT RESPONSE TO SELECTED LOT' button in the 'SUBMITINDIVIDUAL LOT RESPONSE(S)' tab to submit response for the Lot. Each Lot must be submitted independently. -- Applicants are able to view their submission using the 'SUPPLIER SUBMISSION REPORT' button, found in the 'SUBMIT INDIVIDUAL LOT RESPONSE(S)' tab. Please refer to Section III.1.1 for additional information.",
"initiationType": "tender",
"tender": {
"id": "PROJECT_56",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "TRANSCATHETER HEART VALVE REPAIR, REPLACEMENT AND ASSOCIATED DEVICES",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "33100000",
"description": "Medical equipments"
},
"mainProcurementCategory": "goods",
"description": "NHS Supply Chain seeks to establish a non-exclusive framework agreement for the supply of percutaneous valve repair and replacement devices to NHS Supply Chain customers via the non-direct route of supply. Certain products within this framework agreement are classified as high cost tariff excluded devices under the NHS England Specialised ServicesDevices Programme (SSDP) (formerly known as the High-Cost Tariff-Excluded Devices programme) . Trusts who are commissioned to provide specialised services in England are directed to purchase all their SSDP requirements through a national supply route via NHS Supply Chain. It is anticipated that initial expenditure will be in the region of PS130,000,000 to PS160,000,000 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. The estimated value over the total framework agreement term is PS800,000,000",
"value": {
"amount": 800000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 2
},
"lots": [
{
"id": "1",
"title": "Transcatheter Aortic Valve Implant (TAVI) System, Components & Accessories",
"description": "NHS Supply Chain seeks to establish a non-exclusive framework agreement for the supply of percutaneous valve repair and replacement devices to NHS Supply Chain customers via the non-direct route of supply. Certain products within this framework agreement are classified as high cost tariff excluded devices under the NHS England Specialised Services Devices Programme (SSDP) (formerly known as the High-Cost Tariff- Excluded Devices programme) . Trusts who are commissioned to provide specialised services in England are directed to purchase all their SSDP requirements through a national supply route via NHS Supply Chain. It is anticipated that initial expenditure will be in the region of PS130,000,000 to PS160,000,000 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. The estimated value over the total framework agreement term is PS880,000,000.",
"status": "cancelled",
"value": {
"amount": 750000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": true,
"options": {
"description": "The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 48 months."
},
"awardCriteria": {
"criteria": [
{
"name": "Product Features and Indications",
"type": "quality",
"description": "13"
},
{
"name": "Sales, Service & Quality",
"type": "quality",
"description": "3"
},
{
"name": "Supply Chain Assessment",
"type": "quality",
"description": "4"
},
{
"name": "Social Value Fighting Climate Change (Net Zero)",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "70"
}
]
}
},
{
"id": "2",
"title": "Transcatheter Non-Aortic Valve/Chord Repair & Replacement system, Components & Accessories",
"description": "Products within this lot include, but are not limited to: transcatheter pulmonary valve, tricuspid and mitral valve implant systems (including heart valves, loading systems and delivery systems) and mitral, pulmonary and tricuspid valve repair products, mitral chordae tendineae repair. Certain products within this lot are classified as high cost tariff excluded devices under the NHS England Specialised Services Devices Programme (SSDP). Trusts who are commissioned to provide specialised services in England are directed to purchase all their requirements through a national supply route via NHS Supply Chain. Details of the product categories currently within scope of the NHS England Specialised Service Devices Programme (SSDP), can be found using the following link: https://www.england.nhs.uk/commissioning/spec-services/key-docs/medical-devices/ In accordance with the specialised services commissioning policy, NHS Improvement and NHS England will determine which products are classified as excluded from tariff and which are made available under the NHS England Specialised Services Devices Programme (SSDP). Additional information: Evaluation was carried out on a Product Line by Product Line basis. All Suppliers who met the minimum requirements as set out in the Invitation to Tender and whose total score met or exceeded the hurdle of 40% were awarded to the Lot of the Framework Agreement.",
"status": "cancelled",
"value": {
"amount": 50000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": true,
"options": {
"description": "The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 48 months."
},
"awardCriteria": {
"criteria": [
{
"name": "Supply Chain Assessment",
"type": "quality",
"description": "10"
},
{
"name": "Sales, Service & Quality",
"type": "quality",
"description": "10"
},
{
"name": "Social Value Fighting Climate Change (Net Zero)",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "70"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "33141000",
"description": "Disposable non-chemical medical consumables and haematological consumables"
},
{
"scheme": "CPV",
"id": "33182000",
"description": "Cardiac support devices"
},
{
"scheme": "CPV",
"id": "33182220",
"description": "Cardiac valve"
},
{
"scheme": "CPV",
"id": "33184300",
"description": "Artificial parts of the heart"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Various Locations in the UK"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "33141000",
"description": "Disposable non-chemical medical consumables and haematological consumables"
},
{
"scheme": "CPV",
"id": "33182000",
"description": "Cardiac support devices"
},
{
"scheme": "CPV",
"id": "33182220",
"description": "Cardiac valve"
},
{
"scheme": "CPV",
"id": "33182300",
"description": "Cardiac surgery devices"
},
{
"scheme": "CPV",
"id": "33184300",
"description": "Artificial parts of the heart"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Various Locations in the UK"
},
"relatedLot": "2"
}
],
"communication": {
"futureNoticeDate": "2022-09-08T00:00:00+01:00",
"atypicalToolUrl": "https://nhssupplychain.app.jaggaer.com/"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://nhssupplychain.app.jaggaer.com//",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Applicants should refer to II.2 of this Contract Notice for further details in respect of appointment to the Lot for the Framework Agreement. Applicants should refer to the Invitation to Tender for more information in respect of this. 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 initiatives. NHS Supply Chain will share savings information in order to assist its customers with making informed procurement decisions. 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. 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 costs 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 https://nhssupplychain.app.jaggaer.com// using the Message Centre facility linked to this particular contract notice. Please note that the maximum number of suppliers as set out in IV.1.3 is an estimate only.",
"appliesTo": [
"supplier"
]
},
{
"minimum": "Parent company or other guarantees may be required in certain circumstances. Further details will be in the tender documents."
}
]
},
"contractTerms": {
"performanceTerms": "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.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2022-10-11T15:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 210
}
},
"awardPeriod": {
"startDate": "2022-10-12T09:00:00+01:00"
},
"bidOpening": {
"date": "2022-10-12T09:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended)"
},
"parties": [
{
"id": "GB-FTS-23355",
"name": "NHS Supply Chain Operated by Health Solutions Team Limited acting as agent of Supply Chain Coordination Ltd (SCCL)",
"identifier": {
"legalName": "NHS Supply Chain Operated by Health Solutions Team Limited acting as agent of Supply Chain Coordination Ltd (SCCL)"
},
"address": {
"streetAddress": "Skipton House, 80 London Road",
"locality": "London",
"region": "UKI",
"postalCode": "SE1 6LH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Catherine Nuttall",
"telephone": "+44 7887627893",
"email": "catherine.nuttall@supplychain.nhs.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-of-health",
"buyerProfile": "https://www.gov.uk/government/organisations/department-of-health/about/ procurement",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "NATIONAL_AGENCY",
"description": "National or federal agency/office"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-53227",
"name": "Health Solutions Team Limited",
"identifier": {
"legalName": "Health Solutions Team Limited"
},
"address": {
"streetAddress": "Foxbridge Way",
"locality": "Normanton",
"region": "UKE4",
"postalCode": "WF6 1TL",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Catherine Nuttall",
"email": "catherine.nuttall@supplychain.nhs.uk"
},
"roles": [
"processContactPoint"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-of-health",
"buyerProfile": "https://www.gov.uk/government/organisations/department-of-health/about/procurement"
}
},
{
"id": "GB-FTS-55018",
"name": "NHS Supply Chain",
"identifier": {
"legalName": "NHS Supply Chain"
},
"address": {
"streetAddress": "Wellington House, 133-155 Waterloo Road",
"locality": "London",
"region": "UKI4",
"postalCode": "SE1 8UG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Sarah Bailey",
"telephone": "+44 7540715014",
"email": "sarah.bailey@supplychain.nhs.uk",
"url": "https://nhssupplychain.app.jaggaer.com//"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-of-health",
"buyerProfile": "https://www.gov.uk/government/organisations/department-of-health/about/procurement",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "NATIONAL_AGENCY",
"description": "National or federal agency/office"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-61024",
"name": "Health Solutions Team Limited",
"identifier": {
"legalName": "Health Solutions Team Limited"
},
"address": {
"streetAddress": "Foxbridge Way,",
"locality": "Normanton",
"region": "UKE4",
"postalCode": "WF6 1TL",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Sarah Bailey",
"telephone": "+44 7540715014",
"email": "sarah.bailey@supplychain.co.uk"
},
"roles": [
"processContactPoint"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-of-health",
"buyerProfile": "https://www.gov.uk/government/organisations/department-of-health/about/procurement"
}
},
{
"id": "GB-FTS-23356",
"name": "Health Solutions Team Limited",
"identifier": {
"legalName": "Health Solutions Team Limited"
},
"address": {
"locality": "Normanton",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-58078",
"name": "NHS Supply Chain Operated by Health Solutions Team Limited acting as agent of Supply Chain Coordination Ltd (SCCL)",
"identifier": {
"legalName": "NHS Supply Chain Operated by Health Solutions Team Limited acting as agent of Supply Chain Coordination Ltd (SCCL)"
},
"address": {
"streetAddress": "Wellington House, 133-155 Waterloo Road",
"locality": "London",
"region": "UKI4",
"postalCode": "SE1 8UG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Sarah Bailey",
"email": "sarah.bailey@supplychain.nhs.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-of-health",
"buyerProfile": "https://www.gov.uk/government/organisations/department-of-health/about/procurement",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "NATIONAL_AGENCY",
"description": "National or federal agency/office"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-77981",
"name": "Abbott Medical U.K.Ltd",
"identifier": {
"legalName": "Abbott Medical U.K.Ltd"
},
"address": {
"locality": "Solihull",
"region": "UKG32",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-77982",
"name": "BIOSENSORS INTERNATIONAL UK LIMITED",
"identifier": {
"legalName": "BIOSENSORS INTERNATIONAL UK LIMITED"
},
"address": {
"locality": "London",
"region": "UKI",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-6224",
"name": "Boston Scientific Ltd",
"identifier": {
"legalName": "Boston Scientific Ltd"
},
"address": {
"locality": "Hemel Hempstead",
"region": "UKH23",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-77983",
"name": "Edwards Lifesciences Ltd",
"identifier": {
"legalName": "Edwards Lifesciences Ltd"
},
"address": {
"locality": "Berkshire",
"region": "UKJ11",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-77984",
"name": "JenaValve Production Ltd.",
"identifier": {
"legalName": "JenaValve Production Ltd."
},
"address": {
"locality": "Leeds",
"region": "UKE42",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-6236",
"name": "Medtronic Limited",
"identifier": {
"legalName": "Medtronic Limited"
},
"address": {
"locality": "Watford",
"region": "UKH23",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-77985",
"name": "Meril UK Pvt Ltd",
"identifier": {
"legalName": "Meril UK Pvt Ltd"
},
"address": {
"locality": "Leicester",
"region": "UKF21",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-77986",
"name": "SAHAJANAND MEDICAL TECHNOLOGIES (SMT) UK",
"identifier": {
"legalName": "SAHAJANAND MEDICAL TECHNOLOGIES (SMT) UK"
},
"address": {
"locality": "Galway",
"region": "IE0",
"countryName": "Ireland"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-77987",
"name": "Acrostak-UK Ltd",
"identifier": {
"legalName": "Acrostak-UK Ltd"
},
"address": {
"locality": "High Wycombe",
"region": "UKJ1",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-77988",
"name": "BVM MEDICAL LTD",
"identifier": {
"legalName": "BVM MEDICAL LTD"
},
"address": {
"locality": "Hinckley",
"region": "UKF2",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-61145",
"name": "Dot Medical Limited",
"identifier": {
"legalName": "Dot Medical Limited"
},
"address": {
"locality": "Macclesfield",
"region": "UKD6",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-77989",
"name": "MCT Lifesciences Ltd",
"identifier": {
"legalName": "MCT Lifesciences Ltd"
},
"address": {
"locality": "Bedford",
"region": "UKH24",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-142",
"name": "Not Applicable",
"identifier": {
"legalName": "Not Applicable"
},
"address": {
"locality": "Not Applicable",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-150915",
"name": "Supply Chain Coordination Limited",
"identifier": {
"legalName": "Supply Chain Coordination Limited"
},
"address": {
"streetAddress": "Wellington House, 133-155 Waterloo Road",
"locality": "London",
"region": "UKI4",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Sophie.Calpin1@supplychain.nhs.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-of-health"
}
},
{
"id": "GB-FTS-150916",
"name": "Abbot Medical U.K.Ltd",
"identifier": {
"legalName": "Abbot Medical U.K.Ltd"
},
"address": {
"locality": "Solihull",
"region": "UKG32",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-150915",
"name": "Supply Chain Coordination Limited"
},
"language": "en",
"awards": [
{
"id": "008167-2023-Project_56-1",
"relatedLots": [
"1"
],
"title": "Transcatheter Aortic Valve Implant (TAVI) System, Components & Accessories",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-77981",
"name": "Abbott Medical U.K.Ltd"
},
{
"id": "GB-FTS-77982",
"name": "BIOSENSORS INTERNATIONAL UK LIMITED"
},
{
"id": "GB-FTS-6224",
"name": "Boston Scientific Ltd"
},
{
"id": "GB-FTS-77983",
"name": "Edwards Lifesciences Ltd"
},
{
"id": "GB-FTS-77984",
"name": "JenaValve Production Ltd."
},
{
"id": "GB-FTS-6236",
"name": "Medtronic Limited"
},
{
"id": "GB-FTS-77985",
"name": "Meril UK Pvt Ltd"
},
{
"id": "GB-FTS-77986",
"name": "SAHAJANAND MEDICAL TECHNOLOGIES (SMT) UK"
}
]
},
{
"id": "008167-2023-Project_56-2",
"relatedLots": [
"2"
],
"title": "Transcatheter Non-Aortic Valve/Chord Repair & Replacement system, Components & Accessories",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-77981",
"name": "Abbott Medical U.K.Ltd"
},
{
"id": "GB-FTS-77987",
"name": "Acrostak-UK Ltd"
},
{
"id": "GB-FTS-6224",
"name": "Boston Scientific Ltd"
},
{
"id": "GB-FTS-77988",
"name": "BVM MEDICAL LTD"
},
{
"id": "GB-FTS-61145",
"name": "Dot Medical Limited"
},
{
"id": "GB-FTS-77983",
"name": "Edwards Lifesciences Ltd"
},
{
"id": "GB-FTS-77989",
"name": "MCT Lifesciences Ltd"
},
{
"id": "GB-FTS-6236",
"name": "Medtronic Limited"
}
]
},
{
"id": "031248-2025-PROJECT_56-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-77981",
"name": "Abbott Medical U.K.Ltd"
},
{
"id": "GB-FTS-77982",
"name": "BIOSENSORS INTERNATIONAL UK LIMITED"
},
{
"id": "GB-FTS-6224",
"name": "Boston Scientific Ltd"
},
{
"id": "GB-FTS-77983",
"name": "Edwards Lifesciences Ltd"
},
{
"id": "GB-FTS-77984",
"name": "JenaValve Production Ltd."
},
{
"id": "GB-FTS-6236",
"name": "Medtronic Limited"
},
{
"id": "GB-FTS-77985",
"name": "Meril UK Pvt Ltd"
},
{
"id": "GB-FTS-77986",
"name": "SAHAJANAND MEDICAL TECHNOLOGIES (SMT) UK"
},
{
"id": "GB-FTS-77987",
"name": "Acrostak-UK Ltd"
},
{
"id": "GB-FTS-77988",
"name": "BVM MEDICAL LTD"
},
{
"id": "GB-FTS-61145",
"name": "Dot Medical Limited"
},
{
"id": "GB-FTS-77989",
"name": "MCT Lifesciences Ltd"
},
{
"id": "GB-FTS-150916",
"name": "Abbot Medical U.K.Ltd"
}
]
}
],
"contracts": [
{
"id": "008167-2023-Project_56-1",
"awardID": "008167-2023-Project_56-1",
"title": "Transcatheter Aortic Valve Implant (TAVI) System, Components & Accessories",
"status": "active",
"value": {
"amount": 750000000,
"currency": "GBP"
},
"dateSigned": "2023-03-21T00:00:00Z"
},
{
"id": "008167-2023-Project_56-2",
"awardID": "008167-2023-Project_56-2",
"title": "Transcatheter Non-Aortic Valve/Chord Repair & Replacement system, Components & Accessories",
"status": "active",
"value": {
"amount": 50000000,
"currency": "GBP"
},
"dateSigned": "2023-03-21T00:00:00Z"
},
{
"id": "031248-2025-PROJECT_56-1",
"awardID": "031248-2025-PROJECT_56-1",
"status": "active",
"value": {
"amount": 880000000,
"currency": "GBP"
},
"dateSigned": "2023-03-21T00:00:00Z",
"period": {
"durationInDays": 1440
},
"items": [
{
"id": "1",
"classification": {
"scheme": "CPV",
"id": "33100000",
"description": "Medical equipments"
},
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"amendments": [
{
"id": "1",
"description": "Unforeseen increase in sales pipeline.",
"rationale": "Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee: Unforeseen increase in sales pipeline."
}
]
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 8
},
{
"id": "6",
"measure": "bids",
"relatedLot": "2",
"value": 8
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 4
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "2",
"value": 4
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 1
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 7
},
{
"id": "8",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 8
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 8
},
{
"id": "9",
"measure": "electronicBids",
"relatedLot": "2",
"value": 8
}
]
}
}