Planning

Surgical Implants for Men's and Women's Health

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

This public procurement record has 1 release in its history.

Planning

19 Dec 2024 at 14:52

Summary of the contracting process

NHS Supply Chain, operated by Supply Chain Coordination Ltd (SCCL), has announced an upcoming procurement process titled "Surgical Implants for Men’s and Women’s Health", related to the goods category. The procurement is currently in the planning stage with an intended future notice date of 2nd June 2025. This procurement involves a range of surgical implants including breast, nipple, calf, gluteal, facial, chest, testicular, and penile implants. Initial expenditure is anticipated to be approximately £2,000,000 to £2,500,000 during the first year, with the total Framework Agreement value estimated between £8,000,000 to £10,000,000. This procurement will cover various locations across the UK.

This tender presents substantial opportunities for businesses involved in the manufacturing and supply of surgical implants, particularly those holding certifications such as Cyber Essentials Plus and ISO 9001:2015. Successful suppliers can benefit from the potential for bulk-buy initiatives and value-added offerings. This procurement could interest companies with robust supply chains and compliance with UK Medical Device Regulations. Moreover, companies will need to demonstrate a commitment to social value and modern slavery assessments. The framework will allow NHS entities and other UK healthcare sector participants to procure these products, offering substantial business growth opportunities for suppliers in this sector.

How relevant is this notice?

Notice Information

Notice Title

Surgical Implants for Men's and Women's Health

Notice Description

The Framework Agreement will look to include the following range of products - Breast Implants including Sizers and Expanders, Nipple Implants, Calf and Gluteal Implants, Facial Implants, Chest Implants, Testicular Implants, Penile Implants. The precise quantities of the products that will be required by NHS Supply Chain under the terms of this Framework Agreement are unknown at the date of this notice. It is anticipated that initial expenditure will be in the region of PS2,000,000 to PS2,500,000.00: - Breast Implants including Nipple Implants, Sizers and Expanders in the region of PS2,250,000; - Calf and Gluteal Implants in the region of PS0 to PS15,000 - Facial Implants in the region of PS0 to PS10,000 - Chest Implants in the region of PS0 to PS25,000 - Testicular Implants in the region of PS0 to PS75,000 - Penile Implants in the region of PS0 to PS125,000 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 (including any extension options) will be in the region of PS8,000,000 to PS10,000,000 excluding VAT. PLEASE NOTE: The proposed lotting structure maybe subject to change, however the scope of the product range for this framework will remain the same. 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. 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 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.

Lot Information

Surgical Implants

Should include but not limited to: Breast Implants including Nipple Implants, Sizers and Expanders; Calf and Gluteal Implants; Facial Implants; Chest Implants; Testicular Implants; Penile Implants. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS 2,000,000 to PS 2,500,000 in the 1first 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.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04c9ac
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/041006-2024
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

33184100 - Surgical implants

33184410 - Internal breast prostheses

Notice Value(s)

Tender Value
£10,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Dec 202411 months ago
Submission Deadline
Not specified
Future Notice Date
1 Jun 2025Expired
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 OPERATED BY SUPPLY CHAIN COORDINATION LTD (SCCL)
Contact Name
Dorota Sowinska
Contact Email
dorota.sowinska@supplychain.nhs.uk
Contact Phone
+44 1156786719

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-04c9ac-2024-12-19T14:52:59Z",
    "date": "2024-12-19T14:52:59Z",
    "ocid": "ocds-h6vhtk-04c9ac",
    "description": "The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during the subsequent 12 months. The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time. NHS Supply Chain is currently considering the use of Lots for this procurement. However, it reserves the right not to as part of any future tender process. Further information in respect of the Lot strategy will be set out in the notice for the forthcoming procurement. 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: - Cyber Essentials Plus Certificate or completion of an (ISTP) Questionnaire. - ISO 9001: 2015 accredited by the United Kingdom Accreditation Service (or equivalent) to cover all segments of the Applicant's and the product's supply chain. This should include, but not be limited to, manufacturing, storage and distribution. If Quality Assurance Standard 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. - Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification 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) to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable). - MHRA registration of any medical devices, in compliance with the Medical Devices Regulations 2022 (SI 2022 No 618, as amended) (UK MDR 2022). - The Insurance set out below, acceptable evidence of which should be an Insurance Certificate or a signed Broker's letter. > 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 per claim and in the annual aggregate > Professional Indemnity Insurance cover of PS5m in the name of the Applicant NHS Supply Chain will assess the Applicant's economic and financial standing (or that of the entity or entities the Applicant is relying upon). Documentary evidence of this will be required at tender stage. All Applicants for this future tender must have a compliant Carbon Reduction Plan to be considered for the Framework Agreement (PPN 06/21). This future Framework Agreement will include some qualitative evaluation questions on Social Value with a minimum weighting of 10% towards the award (PPN 06/20). All Applicants bidding to be on any NHS Supply Chain Frameworks must submit an Evergreen Assessment as part of the tendering process. This must be completed annually, and the maturity score will be valid for 12 months. https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/ As a minimum (and further requirements may be set out in the tender documents), Applicants are required to have a Modern Slavery Assessment (MSAT) completed within 12 months of the future tender close date (PPN 02/23). 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.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-04c9ac",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Surgical Implants for Men's and Women's Health",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "33184100",
            "description": "Surgical implants"
        },
        "mainProcurementCategory": "goods",
        "description": "The Framework Agreement will look to include the following range of products - Breast Implants including Sizers and Expanders, Nipple Implants, Calf and Gluteal Implants, Facial Implants, Chest Implants, Testicular Implants, Penile Implants. The precise quantities of the products that will be required by NHS Supply Chain under the terms of this Framework Agreement are unknown at the date of this notice. It is anticipated that initial expenditure will be in the region of PS2,000,000 to PS2,500,000.00: - Breast Implants including Nipple Implants, Sizers and Expanders in the region of PS2,250,000; - Calf and Gluteal Implants in the region of PS0 to PS15,000 - Facial Implants in the region of PS0 to PS10,000 - Chest Implants in the region of PS0 to PS25,000 - Testicular Implants in the region of PS0 to PS75,000 - Penile Implants in the region of PS0 to PS125,000 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 (including any extension options) will be in the region of PS8,000,000 to PS10,000,000 excluding VAT. PLEASE NOTE: The proposed lotting structure maybe subject to change, however the scope of the product range for this framework will remain the same. 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. 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 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.",
        "value": {
            "amount": 10000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 1
        },
        "lots": [
            {
                "id": "1",
                "title": "Surgical Implants",
                "description": "Should include but not limited to: Breast Implants including Nipple Implants, Sizers and Expanders; Calf and Gluteal Implants; Facial Implants; Chest Implants; Testicular Implants; Penile Implants. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS 2,000,000 to PS 2,500,000 in the 1first 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.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33184100",
                        "description": "Surgical implants"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33184410",
                        "description": "Internal breast prostheses"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Various Locations in the UK"
                },
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-06-02T00:00:00+01:00",
            "atypicalToolUrl": "https://nhssupplychain.app.jaggaer.com/"
        },
        "coveredBy": [
            "GPA"
        ]
    },
    "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": "Dorota Sowinska",
                "telephone": "+44 1156786719",
                "email": "dorota.sowinska@supplychain.nhs.uk"
            },
            "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"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-61394",
        "name": "NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)"
    },
    "language": "en"
}