Total Orthopaedic Solutions 3 (TOS3) (FaT)

A Tender Notice
by NHS SUPPLY CHAIN

Source
Find a Tender
Type
Framework (Goods)
Duration
4 year
Value
£2B
Sector
HEALTH
Published
10 Jan 2023
Delivery
To 08 Mar 2027 (est.)
Deadline
29 Mar 2023 16:00

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 0 suppliers

1 buyer

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 it's patients. There shall be 3 Orthopaedic Lots detailed in this Notice. 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 eDirect 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 £1,818,000,000 to £2,062,000,000 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 Division

1 Implants & Consumables
  • Value: £2B

The supply of hip, knee and sports medicine arthroplasty, orthopaedic extremities, orthopaedic internal & external implants, spine implants, bone preparation and consumables and regenerative technology.

2 Orthopaedic Equipment
  • Value: £50M

Specific Orthopaedic Equipment used in orthopaedic, trauma and spine theatres which includes but is not limited to: Robotics, Navigation, Imaging, Fluid management, Arthroscopic consoles & stack systems, High speed power tools, Large and small bone power tools & Reusable Pulse Lavage, Helmets, Tourniquets machines, Bone harvesting / milling, Ultrasound cement removal, Cement mixing capital equipment, Ultrasound bone healing, Neuromonitoring (spine surgery), Autologous Bone Marrow, Aspirate, Autologous Blood Transfusion, Autologous Platelet Rich Plasma, Other Autologous System This excludes generic equipment such as those used in general surgery.

3 Orthopaedic Services and Solutions
  • Value: £12M

Supportive services, solutions, products, and programs which aid in the treatment of patients undergoing MSK pathway procedures. eg patient wearable devices, patient/clinician applications, procedure / patient planning software, orthopaedic managed equipment servicing, technical support, operational efficiency programs and value healthcare solutions.

CPV Codes

  • 33141700 - Orthopaedic supplies
  • 33100000 - Medical equipments
  • 33000000 - Medical equipments, pharmaceuticals and personal care products

Indicators

  • Restrictions apply to the lot award allocation.
  • This is a one-off contract (no recurrence)
  • Renewals are not available.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** This notice is to draw attention to a procurement by Supply Chain Coordination Ltd (SCCL) trading as NHS Supply Chain which will result in the award of the National Framework Agreement "Total Orthopaedic Solutions 3 (TOS3)". The framework will be accessible by all parts of the NHS via NHS Supply Chain who will be entitled to purchase the supplies identified in the tender documents as Non-Direct Contract Products. The products will be made 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 4) any private sector entity active in the UK healthcare sector and/or; 5) any third party / managed service acting on behalf of the NHS. Key requirements for submission are: 1) Declarations of Conformity, 2) 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, 3) evidence of an effective quality control system and an environmental control system covering all segments of the Applicant's and the product's supply chain. Valid ISO 9001:2015 and ISO14001 accreditation by an external certification body is preferred, 4) Public Liability Insurance cover of £5m per claim, 5) Product Liability Insurance cover of £5m per claim or £5m per claim and in the annual aggregate. If an Applicant commits to obtain ISO9001:2015 or equivalent, ISO14001 or equivalent, Public Liability Insurance or Product Liability Insurance at the time of award, such certification must be in place prior to the commencement date of the framework agreement. 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. To understand what’s included in Social Value, see: https://www.gov.uk/government/publications/procurement-policy-note-0620-takingac... . In addition, from April 2023, the NHS will adopt the Government’s recommendations on carbon reduction (PPN 06/21). ‘Taking Account of Carbon Reduction Plans‘ Applicants wishing to respond to this opportunity must do so via the NHS Supply Chain’s eProcurement portal accessed at https://nhssupplychain.app.jaggaer.com/ Within the supplier area, click ‘SQs Open to All Suppliers’ link and select ITT_767 - Total Orthopaedic Solutions 3 (TOS3) - Main ITT. 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. Applicants should download the Supplier User Guide located within the eProcurement portal. Select “My ITT’s”, Select the three ”…” to the top right hand side of the screen. Should Applicants require any system support or help to locate and submit a bid for the opportunity they should contact the Jaggaer Helpdesk on; Tel: 0800 069 8630 Email: help_uk@jaggaer.com

Reference

Domains