Notice Information
Notice Title
MEDICAL TECHNOLOLGY (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 - Endourology - Endoscopy - Neuromodulation - Oncology Ablation - Minimally Invasive Surgery - IVDR products/ tests (Pathology and Point of Care)
Lot Information
Lot 1
There are criteria detailed within the tenders 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, please see https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/. PPN02/23 "Tackling Modern Slavery in Government Supply Chains" will also apply.
Options: The DPS Agreement will have an initial term of 12 months, Following the initial term of 12 months NHS Supply chain has the option to extend for a further 6 years, 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-042a6d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/000355-2024
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Dynamic, Framework
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
33 - Medical equipments, pharmaceuticals and personal care products
38 - Laboratory, optical and precision equipments (excl. glasses)
42 - Industrial machinery
-
- CPV Codes
31711140 - Electrodes
33100000 - Medical equipments
33124131 - Reagent strips
33124200 - Radiodiagnostic devices
33127000 - Immuno-analysis devices
33140000 - Medical consumables
33141700 - Orthopaedic supplies
33160000 - Operating techniques
33168000 - Endoscopy, endosurgery devices
33182000 - Cardiac support devices
33183100 - Orthopaedic implants
33183200 - Orthopaedic prostheses
33184100 - Surgical implants
33185000 - Hearing aids
33190000 - Miscellaneous medical devices and products
33694000 - Diagnostic agents
33696500 - Laboratory reagents
33698000 - Clinical products
33731110 - Intraocular lenses
38000000 - Laboratory, optical and precision equipments (excl. glasses)
42122410 - Pumps for medical use
Notice Value(s)
- Tender Value
- £500,000,000 £100M-£1B
- Lots Value
- £500,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 5 Jan 20242 years ago
- Submission Deadline
- 2 Jan 20315 years to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 3 Jan 2024 - 2 Jan 2031 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS SUPPLY CHAIN
- Contact Name
- Not specified
- Contact Email
- kayla.richardson@supplychain.nhs.uk
- Contact Phone
- Not specified
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 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-042a6d-2024-01-05T14:02:21Z",
"date": "2024-01-05T14:02:21Z",
"ocid": "ocds-h6vhtk-042a6d",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-042a6d",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "MEDICAL TECHNOLOLGY (MEDTECH) INNOVATION DPS",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "33100000",
"description": "Medical equipments"
},
"mainProcurementCategory": "goods",
"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 - Endourology - Endoscopy - Neuromodulation - Oncology Ablation - Minimally Invasive Surgery - IVDR products/ tests (Pathology and Point of Care)",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "There are criteria detailed within the tenders 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, please see https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/. PPN02/23 \"Tackling Modern Slavery in Government Supply Chains\" will also apply.",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2024-01-03T00:00:00Z",
"endDate": "2031-01-02T23:59:59Z"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": true,
"options": {
"description": "The DPS Agreement will have an initial term of 12 months, Following the initial term of 12 months NHS Supply chain has the option to extend for a further 6 years, 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."
},
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31711140",
"description": "Electrodes"
},
{
"scheme": "CPV",
"id": "33100000",
"description": "Medical equipments"
},
{
"scheme": "CPV",
"id": "33124131",
"description": "Reagent strips"
},
{
"scheme": "CPV",
"id": "33124200",
"description": "Radiodiagnostic devices"
},
{
"scheme": "CPV",
"id": "33127000",
"description": "Immuno-analysis devices"
},
{
"scheme": "CPV",
"id": "33140000",
"description": "Medical consumables"
},
{
"scheme": "CPV",
"id": "33141700",
"description": "Orthopaedic supplies"
},
{
"scheme": "CPV",
"id": "33160000",
"description": "Operating techniques"
},
{
"scheme": "CPV",
"id": "33168000",
"description": "Endoscopy, endosurgery devices"
},
{
"scheme": "CPV",
"id": "33182000",
"description": "Cardiac support devices"
},
{
"scheme": "CPV",
"id": "33183100",
"description": "Orthopaedic implants"
},
{
"scheme": "CPV",
"id": "33183200",
"description": "Orthopaedic prostheses"
},
{
"scheme": "CPV",
"id": "33184100",
"description": "Surgical implants"
},
{
"scheme": "CPV",
"id": "33185000",
"description": "Hearing aids"
},
{
"scheme": "CPV",
"id": "33190000",
"description": "Miscellaneous medical devices and products"
},
{
"scheme": "CPV",
"id": "33694000",
"description": "Diagnostic agents"
},
{
"scheme": "CPV",
"id": "33696500",
"description": "Laboratory reagents"
},
{
"scheme": "CPV",
"id": "33698000",
"description": "Clinical products"
},
{
"scheme": "CPV",
"id": "33731110",
"description": "Intraocular lenses"
},
{
"scheme": "CPV",
"id": "38000000",
"description": "Laboratory, optical and precision equipments (excl. glasses)"
},
{
"scheme": "CPV",
"id": "42122410",
"description": "Pumps for medical use"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Various Locations in the UK"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://nhssupplychain.app.jaggaer.com//",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The DPS Agreement will be between NHS Supply Chain and the Supplier. Under the DPS Agreement call off Contracts there will be two different methods of supply - one for Non-Direct Contract Products and one for Direct Contract Products. NHS Supply Chain will be entitled to purchase the supplies and/or services identified [below] [in the tender documents as Non-Direct Contract Products which it will then make available for purchase by 1) any NHS Trust; 2) any other NHS entity; 3) any government department, agency or other statutory body and/or 4) any private sector entity active in the UK healthcare sector. For the supplies and/or services identified as Direct Contract Products in the tender documents 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. 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.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "The DPS 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": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasDynamicPurchasingSystem": true
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2031-01-02"
},
"submissionTerms": {
"languages": [
"eu"
]
},
"hasRecurrence": false,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "Basque"
},
"newValue": {
"text": "English"
},
"where": {
"section": "IV.2.4"
}
},
{
"newValue": {
"text": "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 ITTs Open to All Suppliers. -- Select from the following ITTs: [List ITT Numbers] Please note: you must respond to MedTech Innovation. -- Click on Express Interest. -- If you intend to respond select Intend to Respond. Applicants are encouraged to download the supplier handbook located within the eProcurement portal by following the 'Supplier Helpcentre' link within the Useful Links section of the Dashboard. For any technical help with the portal please contact: Tel: 0800 069 8630 or email: help_uk@jaggaer.com Please refer to Section III.1.1 for additional information."
},
"where": {
"section": "VI.3"
}
}
]
}
]
},
"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": "UKI4",
"postalCode": "SE1 8UG",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Kayla.Richardson@supplychain.nhs.uk",
"url": "https://nhssupplychain.app.jaggaer.com//"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-of-health",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "NATIONAL_AGENCY",
"description": "National or federal agency/office"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-142",
"name": "Not Applicable",
"identifier": {
"legalName": "Not Applicable"
},
"address": {
"locality": "Not Applicable",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-55018",
"name": "NHS Supply Chain"
},
"language": "en"
}