Robotic Surgical Equipment and Associated Accessories

A Prior Information Notice
by NHS SUPPLY CHAIN OPERATED BY SUPPLY CHAIN COORDINATION LIMITED (SCCL)

Source
Find a Tender
Type
Contract (Goods)
Duration
not specified
Value
£-£500M
Sector
HEALTH
Published
14 Feb 2023
Delivery
not specified
Deadline
n/a

Concepts

Location

United Kingdom: Various Locations in the UK

Geochart for 1 buyers and 0 suppliers

Description

To provide a framework for Robotic Medical Equipment and associated accessories inclusive of General surgeries , Laparoscopic, Orthopaedics and related accessories/consumables. Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £100,000,000.00 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), is £500,000,000.00 over a (2+2 year term)

Lot Division

1 Console-led surgical robotics

Robotic systems whereby surgical instruments are driven using haptic or equivalent controllers by a surgeon at a console. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £80,000,000.00 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.

2 Neurological, Spinal, Orthopaedic Robots

Robotic systems able to assist in the planning of medical procedures, and be capable of assisting and/or modifying the medical procedure(s) during a procedure. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £10,000,000.00 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.

3 Freestanding robotic arms

A holding device for open as well as minimally invasive surgery, neurosurgery, orthopaedics and traumatology to be used with robotic equipment. Designed to be used in association with endoscopy equipment during medical procedures. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £10,000,000.00 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.

CPV Codes

  • 33100000 - Medical equipments
  • 33120000 - Recording systems and exploration devices
  • 33140000 - Medical consumables
  • 33160000 - Operating techniques
  • 33162000 - Operating theatre devices and instruments
  • 33162100 - Operating-theatre devices
  • 33168000 - Endoscopy, endosurgery devices
  • 33168100 - Endoscopes
  • 33169000 - Surgical instruments
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 33183000 - Orthopaedic support devices
  • 33184100 - Surgical implants

Indicators

  • Restrictions apply to the lot award allocation.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this with their tender submission. - ISO9001:2015 accredited by the United Kingdom Accreditation Service (or equivalent) to cover all segments of the Applicant's supply chain. 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. 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. 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 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. 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. NHS Supply Chain is currently considering the use of lots for this procurement. Further information in respect of the lot strategy will be set out in the notice for the forthcoming procurement. As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI). - The Request for Information Document will then be sent to you via the Jaggaer Messages Tab - Applicants will then have 4 weeks from the dispatch of this notice to complete and return the Request for Information document. The NHS has adopted PPN 06/20 (taking account of Social Value in the award of Government Contracts) 2022, and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award. For more information on Social Value and to understand what’s included in Social Value, please see: https://www.gov.uk/government/publications/procurement-policynote-0620-takingacc.... 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, and/or works with an anticipated contract value above £5 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. The NHS has outlined Fighting Climate Change as a key Social Value Theme however it may be that bidders are able to demonstrate activity against many more of the Social Value Themes. We will be sending out a RFI with some questions aligned to Social Value Themes and will use these responses to shape our evaluation questions on Social Value.

Reference

Domains