Planning

Robotic Surgical Equipment and Associated Accessories

NHS SUPPLY CHAIN OPERATED BY SUPPLY CHAIN COORDINATION LTD (SCCL)

This public procurement record has 1 release in its history.

Planning

15 Aug 2022 at 12:09

Summary of the contracting process

The NHS Supply Chain, operated by Supply Chain Coordination Ltd, is planning a tender for the procurement of Robotic Surgical Equipment and Associated Accessories. This falls under the industry category of Medical Equipments (CPV code: 33100000). The contract is expected to have an initial expenditure of approximately £110,000,000, with the opportunity for additional savings through discounted pricing. The tender, scheduled to start on 19th September 2022, aims to onboard new suppliers due to technological advancements in the market, offering a framework agreement between NHS Supply Chain and successful suppliers, extending opportunities to the wider healthcare sector in the UK.

This tender presents significant business growth opportunities for companies operating in the medical equipment sector, particularly those with expertise in supplying Robotic Surgical Equipment and related accessories. Businesses that hold ISO 9001:2015 or equivalent quality standard certificates covering all segments of their supply chain, including manufacturing, storage, distribution, and customer service, would be well-suited to compete. The tender process requires a Declaration of Conformity and CE Certification to demonstrate compliance with relevant regulations. Eligible suppliers should register through the NHS Supply Chain Procurement portal and express their interest to receive the tender documentation, aligning with the procurement deadlines and submission requirements.

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

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.

Lot Information

Lot 1

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: Please refer to the Guidance Document connected to this Notice for further information regarding the appointment of Applicants.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-035bc2
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/022430-2022
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

33100000 - Medical equipments

33160000 - Operating techniques

33162000 - Operating theatre devices and instruments

33162100 - Operating-theatre devices

33168000 - Endoscopy, endosurgery devices

33169000 - Surgical instruments

Notice Value(s)

Tender Value
£160,000,000 £100M-£1B
Lots Value
£160,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Aug 20223 years ago
Submission Deadline
18 Sep 2022Expired
Future Notice Date
14 Aug 2022Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
NHS SUPPLY CHAIN OPERATED BY SUPPLY CHAIN COORDINATION LTD (SCCL)
Contact Name
James Cater
Contact Email
james.cater@supplychain.nhs.uk
Contact Phone
+44 7562210388

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

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-h6vhtk-035bc2-2022-08-15T13:09:22+01:00",
    "date": "2022-08-15T13:09:22+01:00",
    "ocid": "ocds-h6vhtk-035bc2",
    "description": "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. - 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 PSXm per claim or PSXm per claim and in the annual aggregate - 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 purpose of this notice is to draw attention to the reopening of the Framework Agreement to onboard any new Applicants that meets/exceeds the minimum requirements set out within the Tender Documents. This is due to technological innovations within this market. The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion. Whilst it is anticipated that initial expenditure will be in the region of PS110,000,000 for this contract award, this is approximate only and the values will be to such level as those purchasing under the Framework Agreement consider necessary to provide suitable requirements. 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. The Framework Agreement will be between NHS Supply Chain and the Supplier, however 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. 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. 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 and select \"Prior Information Notice\" towards the top right of the screen to open the list of new Prior Information Notices. EXPRESSION OF INTEREST - View PIN 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. TENDER DOCUMENTATION -The tender documents will be issued via the Jaggaer Messages Tab which will become available once expression of interest has been made. - Please follow the instructions set out within these tender documents. Details of the minimum requirements are set out within these documents. - Please ensure you adhere to any deadlines detailed within the tender documents.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-035bc2",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Robotic Surgical Equipment and Associated Accessories",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "33100000",
            "description": "Medical equipments"
        },
        "mainProcurementCategory": "goods",
        "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.",
        "value": {
            "amount": 160000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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: Please refer to the Guidance Document connected to this Notice for further information regarding the appointment of Applicants.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Supply",
                            "type": "quality",
                            "description": "0"
                        },
                        {
                            "name": "Support",
                            "type": "quality",
                            "description": "0"
                        },
                        {
                            "name": "Training",
                            "type": "quality",
                            "description": "0"
                        },
                        {
                            "name": "Warranty and Repairs",
                            "type": "quality",
                            "description": "0"
                        },
                        {
                            "name": "Financial",
                            "type": "cost",
                            "description": "0"
                        }
                    ]
                },
                "value": {
                    "amount": 160000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33160000",
                        "description": "Operating techniques"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33162000",
                        "description": "Operating theatre devices and instruments"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33162100",
                        "description": "Operating-theatre devices"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33168000",
                        "description": "Endoscopy, endosurgery devices"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33169000",
                        "description": "Surgical instruments"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Various locations with the UK"
                },
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-08-15T00:00:00+01:00",
            "atypicalToolUrl": "https://nhssupplychain.app.jaggaer.com/"
        },
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://nhssupplychain.app.jaggaer.com//",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Please refer to the Guidance Document connected to this Notice for further information regarding the appointment of Applicants.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "Please refer to the Guidance Document connected to this Notice for further information regarding the appointment of Applicants.",
            "hasElectronicOrdering": true,
            "hasElectronicPayment": true
        },
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "coveredBy": [
            "GPA"
        ],
        "awardPeriod": {
            "startDate": "2022-09-19T00:00:00+01:00"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-61394",
            "name": "NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)",
            "identifier": {
                "legalName": "NHS Supply Chain Operated by 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": "James Cater",
                "telephone": "+44 7562210388",
                "email": "James.Cater@supplychain.nhs.uk",
                "faxNumber": "+44 1924328744",
                "url": "https://nhssupplychain.app.jaggaer.com//"
            },
            "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-61395",
            "name": "NHS Supply Chain",
            "identifier": {
                "legalName": "NHS Supply Chain"
            },
            "address": {
                "streetAddress": "Building 3, Carrwood Park, Swillington Common Farm",
                "locality": "Swillington",
                "region": "UKE45",
                "postalCode": "LS15 4LG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "James Cater",
                "telephone": "+44 7562210388",
                "email": "james.cater@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-61396",
            "name": "NHS Supply Chain",
            "identifier": {
                "legalName": "NHS Supply Chain"
            },
            "address": {
                "streetAddress": "at abovementioned address",
                "locality": "Normanton",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-61394",
        "name": "NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)"
    },
    "language": "en"
}