Notice Information
Notice Title
Total Orthopaedic Solutions 3 (TOS3)
Notice Description
The Total Orthopaedic Solutions 3 framework is the third iteration of the successful framework for the provision or orthopaedic goods and services to the NHS which was introduced in 2014. It is designed as a single comprehensive orthopaedic agreement, focused on delivering continued benefits and value to the NHS and its patients. There shall be 3 Orthopaedic Lots detailed in this Notice. Award to Lot 3 is subject to award to Lot 1 and/or Lot 2 for all suppliers. It will be a non-exclusive Framework Agreement (FWA) for the supply to the NHS Supply Chain customer base predominantly via the NHS Supply Chain E-Direct route to market for orthopaedic consumables, orthopaedic instruments, orthopaedic software and limited orthopaedic theatre support services. Products include: orthopaedic medical devices, orthopaedic theatre procedure consumables and instruments. It is anticipated that expenditure will be in the region of PS1,818,000,000 to PS2,062,000,000 over the 4 year term 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.
Lot Information
Orthopaedic Medical Implants and Consumables
The supply of hip, knee and sports medicine arthroplasty, orthopaedic extremities, orthopaedic internal & external implants, spine implants, bone preparation, orthopaedic power tools and consumables, regenerative technology and orthopaedic generic instrumentation. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS1,764,000,000 to PS2,000,000,000 in the initial term 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.
Orthopaedic Capital EquipmentThe procurement of orthopaedic capital equipment directly related to supporting orthopaedic surgical procedures, in particular but not limited to orthopaedic surgical power tools, navigation and robotics. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS45,000,000 to PS50,000,000 in the initial term 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.
Orthopaedic Service and SolutionsThe procurement of solutions to support the delivery of orthopaedic services to include but not limited to, wearable devices, patient/surgeon applications, managed equipment services and software solutions directly related to products and devices available under Lots 1 or 2. Additional information: This will be a new Lot under the Framework hence precise quantities are unknown.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03723f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/027629-2022
- 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
48 - Software package and information systems
50 - Repair and maintenance services
85 - Health and social work services
-
- CPV Codes
33121000 - Long term ambulatory recording system
33141510 - Blood products
33141520 - Plasma extracts
33141630 - Blood plasma filters
33141700 - Orthopaedic supplies
33141750 - Artificial joints
33141770 - Fracture appliances, pins and plates
33162000 - Operating theatre devices and instruments
33162100 - Operating-theatre devices
33162200 - Operating-theatre instruments
33168100 - Endoscopes
33169000 - Surgical instruments
33183100 - Orthopaedic implants
33183200 - Orthopaedic prostheses
33183300 - Osteosynthesis devices
33184100 - Surgical implants
33190000 - Miscellaneous medical devices and products
33191000 - Sterilisation, disinfection and hygiene devices
33195000 - Patient-monitoring system
33197000 - Medical computer equipment
33697110 - Bone reconstruction cements
48180000 - Medical software package
48814000 - Medical information systems
48814100 - Nursing information system
48814200 - Patient-administration system
48814300 - Theatre management system
48814400 - Clinical information system
50422000 - Repair and maintenance services of surgical equipment
85121283 - Orthopaedic services
85121300 - Surgical specialist services
Notice Value(s)
- Tender Value
- £2,062,000,000 £1B-£10B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 3 Oct 20223 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 9 Jan 2023Expired
- 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS SUPPLY CHAIN
- Contact Name
- Mark Lezemore
- Contact Email
- mark.lezemore1@supplychain.nhs.uk
- Contact Phone
- +44 7970514142
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
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-03723f-2022-10-03T09:21:50+01:00",
"date": "2022-10-03T09:21:50+01:00",
"ocid": "ocds-h6vhtk-03723f",
"description": "The purpose of this notice is to draw attention to a procurement awarding a National Framework Agreement titled \"Total Orthopaedic Solutions 3\" which will be accessible by all parts of the NHS via NHS Supply Chain. Supply Chain Coordination Ltd trading as NHS Supply Chain will be entitled to purchase the supplies identified in the forthcoming tender documents as Non-Direct Contract Products which it will then make available for purchase by: 1) any NHS Trust, shared service, purchasing or contracting Authority; 2) any other NHS entity or Local Authority; 3) any government department agency or other statutory body and/or; 4) any private sector entity active in the UK healthcare sector; 5) any third party / managed service acting on behalf of the NHS. There will be an online supplier event to be held on Friday 21st October 2022 from 10:30 to 11:30 to give insight into the tender and framework. Any supplier expressing an interest to this opportunity through this Prior Information Notice will be invited to this event and sent details. Attendance is not mandatory and NHS Supply Chain will not cover any costs incurred by Applicants participating in the event. The following certification will be a requirement of the tender exercise. -Declarations of Conformity and Certificates of Conformity from an UK Approved Body (UKCA) or EU Notified Body (CE), covering all products intended for submission under the tender, to demonstrate compliance to UK Medical Device Regulations 2002. -evidence of an effective quality control system in place covering all segments of the Applicant's (and the product's) supply chain for example but not be limited to, manufacturing, storage, distribution and customer service. Valid ISO 9001:2015 accreditation by a United Kingdom or external certification body is preferred. If such evidence of an effective quality control system is 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. -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 per claim and in the annual aggregate If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Public Liability Insurance or Product Liability Insurance certification at the time of their tender submission then the requirement is that such certification is in place prior to the commencement date of the framework agreement (in order for NHS Supply Chain to place orders with the successful Applicant). -The NHS has adopted PPN 06/20 2022 taking account of social value in the award of government contracts therefore this Framework Agreement will include some qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award. To understand what's included in Social Value, please see: https://www.gov.uk/government/publications/procurement-policy-note-0620-taking account-ofsocialvalue-in-the-award-of-central-government-contracts. In addition, from April 2023: the NHS will adopt the Government's 'Taking Account of Carbon Reduction Plans' (PPN 06/21) requiring all suppliers with new contracts for goods, services, Candidates wishing to register their expression of interest must do so via the Jaggaer Messaging Centre. Registration: 1. Use https://nhssupplychain.app.jaggaer.com/ to access the NHS Supply Chain Procurement portal. 2. If not yet registered: -- Click on the 'Register here' 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 https://nhssupplychain.app.jaggaer.com/ Within supplier area, click 'SQs Open To All Suppliers' link and select NTC_683 Total Orthopaedic Solutions 3 (TOS3), Project_967. Select Express interest",
"initiationType": "tender",
"tender": {
"id": "Project_0967",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Total Orthopaedic Solutions 3 (TOS3)",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "33141700",
"description": "Orthopaedic supplies"
},
"mainProcurementCategory": "goods",
"description": "The Total Orthopaedic Solutions 3 framework is the third iteration of the successful framework for the provision or orthopaedic goods and services to the NHS which was introduced in 2014. It is designed as a single comprehensive orthopaedic agreement, focused on delivering continued benefits and value to the NHS and its patients. There shall be 3 Orthopaedic Lots detailed in this Notice. Award to Lot 3 is subject to award to Lot 1 and/or Lot 2 for all suppliers. It will be a non-exclusive Framework Agreement (FWA) for the supply to the NHS Supply Chain customer base predominantly via the NHS Supply Chain E-Direct route to market for orthopaedic consumables, orthopaedic instruments, orthopaedic software and limited orthopaedic theatre support services. Products include: orthopaedic medical devices, orthopaedic theatre procedure consumables and instruments. It is anticipated that expenditure will be in the region of PS1,818,000,000 to PS2,062,000,000 over the 4 year term 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.",
"value": {
"amount": 2062000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 3
},
"lots": [
{
"id": "1",
"title": "Orthopaedic Medical Implants and Consumables",
"description": "The supply of hip, knee and sports medicine arthroplasty, orthopaedic extremities, orthopaedic internal & external implants, spine implants, bone preparation, orthopaedic power tools and consumables, regenerative technology and orthopaedic generic instrumentation. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS1,764,000,000 to PS2,000,000,000 in the initial term 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.",
"status": "planned"
},
{
"id": "2",
"title": "Orthopaedic Capital Equipment",
"description": "The procurement of orthopaedic capital equipment directly related to supporting orthopaedic surgical procedures, in particular but not limited to orthopaedic surgical power tools, navigation and robotics. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS45,000,000 to PS50,000,000 in the initial term 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.",
"status": "planned"
},
{
"id": "3",
"title": "Orthopaedic Service and Solutions",
"description": "The procurement of solutions to support the delivery of orthopaedic services to include but not limited to, wearable devices, patient/surgeon applications, managed equipment services and software solutions directly related to products and devices available under Lots 1 or 2. Additional information: This will be a new Lot under the Framework hence precise quantities are unknown.",
"status": "planned"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "33141510",
"description": "Blood products"
},
{
"scheme": "CPV",
"id": "33141520",
"description": "Plasma extracts"
},
{
"scheme": "CPV",
"id": "33141630",
"description": "Blood plasma filters"
},
{
"scheme": "CPV",
"id": "33141700",
"description": "Orthopaedic supplies"
},
{
"scheme": "CPV",
"id": "33141750",
"description": "Artificial joints"
},
{
"scheme": "CPV",
"id": "33141770",
"description": "Fracture appliances, pins and plates"
},
{
"scheme": "CPV",
"id": "33162000",
"description": "Operating theatre devices and instruments"
},
{
"scheme": "CPV",
"id": "33162100",
"description": "Operating-theatre devices"
},
{
"scheme": "CPV",
"id": "33162200",
"description": "Operating-theatre instruments"
},
{
"scheme": "CPV",
"id": "33168100",
"description": "Endoscopes"
},
{
"scheme": "CPV",
"id": "33169000",
"description": "Surgical instruments"
},
{
"scheme": "CPV",
"id": "33183100",
"description": "Orthopaedic implants"
},
{
"scheme": "CPV",
"id": "33183200",
"description": "Orthopaedic prostheses"
},
{
"scheme": "CPV",
"id": "33183300",
"description": "Osteosynthesis devices"
},
{
"scheme": "CPV",
"id": "33184100",
"description": "Surgical implants"
},
{
"scheme": "CPV",
"id": "33190000",
"description": "Miscellaneous medical devices and products"
},
{
"scheme": "CPV",
"id": "33191000",
"description": "Sterilisation, disinfection and hygiene devices"
},
{
"scheme": "CPV",
"id": "33195000",
"description": "Patient-monitoring system"
},
{
"scheme": "CPV",
"id": "33697110",
"description": "Bone reconstruction cements"
},
{
"scheme": "CPV",
"id": "50422000",
"description": "Repair and maintenance services of surgical equipment"
},
{
"scheme": "CPV",
"id": "85121283",
"description": "Orthopaedic services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man)"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "33121000",
"description": "Long term ambulatory recording system"
},
{
"scheme": "CPV",
"id": "33162100",
"description": "Operating-theatre devices"
},
{
"scheme": "CPV",
"id": "33162200",
"description": "Operating-theatre instruments"
},
{
"scheme": "CPV",
"id": "33168100",
"description": "Endoscopes"
},
{
"scheme": "CPV",
"id": "33197000",
"description": "Medical computer equipment"
},
{
"scheme": "CPV",
"id": "48180000",
"description": "Medical software package"
},
{
"scheme": "CPV",
"id": "48814000",
"description": "Medical information systems"
},
{
"scheme": "CPV",
"id": "48814100",
"description": "Nursing information system"
},
{
"scheme": "CPV",
"id": "48814200",
"description": "Patient-administration system"
},
{
"scheme": "CPV",
"id": "48814300",
"description": "Theatre management system"
},
{
"scheme": "CPV",
"id": "48814400",
"description": "Clinical information system"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man)."
},
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "33121000",
"description": "Long term ambulatory recording system"
},
{
"scheme": "CPV",
"id": "33195000",
"description": "Patient-monitoring system"
},
{
"scheme": "CPV",
"id": "48814100",
"description": "Nursing information system"
},
{
"scheme": "CPV",
"id": "48814200",
"description": "Patient-administration system"
},
{
"scheme": "CPV",
"id": "48814300",
"description": "Theatre management system"
},
{
"scheme": "CPV",
"id": "48814400",
"description": "Clinical information system"
},
{
"scheme": "CPV",
"id": "50422000",
"description": "Repair and maintenance services of surgical equipment"
},
{
"scheme": "CPV",
"id": "85121283",
"description": "Orthopaedic services"
},
{
"scheme": "CPV",
"id": "85121300",
"description": "Surgical specialist services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man)."
},
"relatedLot": "3"
}
],
"communication": {
"futureNoticeDate": "2023-01-09T00:00:00Z"
},
"coveredBy": [
"GPA"
]
},
"parties": [
{
"id": "GB-FTS-55018",
"name": "NHS Supply Chain",
"identifier": {
"legalName": "NHS Supply Chain"
},
"address": {
"streetAddress": "Wellington House, 133-155 Waterloo Road",
"locality": "London",
"region": "UK",
"postalCode": "SE1 8UG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mark Lezemore",
"telephone": "+44 7970514142",
"email": "Mark.lezemore1@supplychain.nhs.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-of-health",
"buyerProfile": "https://nhssupplychain.app.jaggaer.com/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-55018",
"name": "NHS Supply Chain"
},
"language": "en"
}