Robotic Surgical Equipment and Associated Accessories and Consumables (Ангилья - Тендер #51356246) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 51356246 Дата публикации: 13-02-2024 Источник тендера: Sell2Wales – Government´s Initiative |
||
NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
UK
Contact person: Callie Barry
E-mail: callie.barry1@supplychain.nhs.uk
NUTS: UKI
Internet address(es)
Main address: https://www.gov.uk/government/organisations/department-of-health
Address of the buyer profile: https://www.gov.uk/government/organisations/department-of-health/about/procurement
I.1) Name and addressesNHS Supply Chain
10881715
Building 3, Carrwood Park, Swillington Common Farm
Leeds
LS15 4LG
UK
E-mail: callie.barry1@supplychain.nhs.uk
NUTS: UKE42
Internet address(es)
Main address: https://www.gov.uk/government/organisations/department-of-health
Address of the buyer profile: https://www.gov.uk/government/organisations/department-of-health/about/procurement
I.2) Joint procurementThe contract involves joint procurement
In the case of joint procurement involving different countries – applicable national procurement law:
This Contract does not involve a joint procurement. The Procurement law is Public Contract Regulations 2015.
The contract is awarded by a central purchasing body
I.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:
https://nhssupplychain.app.jaggaer.com//
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://nhssupplychain.app.jaggaer.com//
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://nhssupplychain.app.jaggaer.com//
National or federal agency/office
I.5) Main activityHealth
Section II: Object II.1) Scope of the procurement II.1.1) TitleRobotic Surgical Equipment and Associated Accessories and Consumables
II.1.2) Main CPV code33100000
II.1.3) Type of contractSupplies
II.1.4) Short descriptionTo provide a Framework Agreement for Robotic Medical Equipment and Associated Accessories and Consumables 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). These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth.
The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies
from suppliers not appointed to the Framework at its sole discretion. NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies 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.
II.1.5) Estimated total valueValue excluding VAT: 500 000 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
II.2) DescriptionLot No: 1
II.2.1) TitleMinimally Invasive Surgical Robotics
II.2.2) Additional CPV code(s)33169000
II.2.3) Place of performanceNUTS code:
UK
Main site or place of performance:
Various Locations in the UK
II.2.4) Description of the procurementComprise of master-Slave design, whereby surgical instruments are driven using haptic or equivalent controllers by a surgeon at a console
The robotic system must drive articulated surgical instruments that operate through laparoscopic ports.
Have capacity for magnified 3D and/or HD vision.
II.2.5) Award criteriaCriteria below:
Quality criterion: Supply / Weighting: 15
Quality criterion: Support / Weighting: 14
Quality criterion: Training / Weighting: 12
Quality criterion: Warranty and Repairs / Weighting: 9
Quality criterion: Social Value / Weighting: 10
Cost criterion: Financial / Weighting: 40
II.2.6) Estimated valueValue excluding VAT: 192 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
This Framework Agreement is initially for 24 months with an option to extend to 48 months
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: Yes
Description of options:
This Lot is initially for 24 months with an option to extend to 48 months
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 2
II.2.1) TitleNeurological Robotics
II.2.2) Additional CPV code(s)33160000
II.2.3) Place of performanceNUTS code:
UK
Main site or place of performance:
Various Locations in the UK
II.2.4) Description of the procurementBe able to assist in the planning of medical procedures.
Be capable of assisting and/or modifying the medical procedure(s) during a procedure (e.g. by offering alignment functionality during surgery).
II.2.5) Award criteriaCriteria below:
Quality criterion: Supply / Weighting: 15
Quality criterion: Support / Weighting: 14
Quality criterion: Training / Weighting: 12
Quality criterion: Warranty and Repairs / Weighting: 9
Quality criterion: Social Value / Weighting: 10
Cost criterion: Financial / Weighting: 40
II.2.6) Estimated valueValue excluding VAT: 3 750 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
This Framework Agreement is initially for 24 months with an option to extend to 48 months
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: Yes
Description of options:
This Lot is initially for 24 months with an option to extend to 48 months
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 3
II.2.1) TitleFreestanding Robotic Arms
II.2.2) Additional CPV code(s)33160000
II.2.3) Place of performanceNUTS code:
UK
Main site or place of performance:
Various Locations in the UK
II.2.4) Description of the procurementA 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
II.2.5) Award criteriaCriteria below:
Quality criterion: Supply / Weighting: 15
Quality criterion: Support / Weighting: 14
Quality criterion: Training / Weighting: 12
Quality criterion: Warranty and Repairs / Weighting: 9
Quality criterion: Social Value / Weighting: 10
Cost criterion: Financial / Weighting: 40
II.2.6) Estimated valueValue excluding VAT: 5 350 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
This Framework Agreement is initially for 24 months with an option to extend up to 48 months (Maximum duration of a 4 year Framework)
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: Yes
Description of options:
This Lot is initially for 24 months with an option to extend up to 48 months
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Section III: Legal, economic, financial and technical information III.1) Conditions for participation III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
Applicants should refer to II.2 of this Contract Notice for further details in respect of appointment to the individual Lots across the Framework Agreement.
Applicants may bid for one, more than one or all of the Lots and Applicants should refer to the Invitation to Tender for more information in respect of this.
The term of contracts formed under the Framework Agreement may continue beyond the end of the term of the Framework Agreement itself.
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 initiatives.
NHS Supply Chain will share savings information in order to assist its customers with making informed procurement decisions.
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 (for the avoidance of doubt including local authorities) and/or 4) any private sector entity active in the UK healthcare sector.
The 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.
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 eProcurement Portal at https://nhssupplychain.app.jaggaer.com// using the Message Centre facility linked to this particular contract notice.
Please note that the maximum number of suppliers as set out in IV.1.3 is an estimate only.
III.1.2) Economic and financial standingMinimum level(s) of standards required:
Parent company or other guarantees may be required in certain circumstances. Further details will be in the tender documents.
III.1.3) Technical and professional abilityMinimum level(s) of standards required:
The Contracting Authority reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.
III.2) Conditions related to the contract III.2.2) Contract performance conditionsThe Framework Agreement includes obligations with respect to environmental issues and a requirement for successful suppliers to comply with the NHS Supply Chain Code of Conduct.
Section IV: Procedure IV.1) Description IV.1.1) Type of procedureOpen procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 6
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information IV.2.1) Previous publication concerning this procedureNotice number in the OJ S:
2023/S 000-004516
IV.2.2) Time limit for receipt of tenders or requests to participateDate: 13/03/2024
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 12 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tendersDate: 14/03/2023
Local time: 9:00
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: Yes
VI.2) Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional informationSubmission of expression of interest and procurement specific information:
This procurement exercise will be conducted on the NHS Supply Chain eProcurement Portal at https://nhssupplychain.app.jaggaer.com//
Applicants 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 eProcurement 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:
ITT_1042 - Robotic Medical Equipment and Associated Accessories
ITT_1043 - Lot 1 - Minimally Invasive Surgical Robotics
ITT_1044 - Lot 2 - Neurological and Spinal Robots
ITT_1045 - Lot 3 - Freestanding robotic arms
Please note: you must respond to ITT_ 1042 In addition to any lots you intend to respond to.
— 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 Help centre 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.
VI.4) Procedures for review VI.4.1) Review bodyNHS Supply Chain Operated by Supply Chain Coordination Limited (SCCL)
Wellington House, 133-155 Waterloo Road
Inner London
SE1 8UG
UK
Internet address(es)
URL: https://www.gov.uk/government/organisations/department-of-health
VI.4.3) Review procedurePrecise information on deadline(s) for review procedures:
Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended)
VI.5) Date of dispatch of this notice12/02/2024
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | callie.barry1@supplychain.nhs.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 33100000 | Medical equipments | Medical equipments, pharmaceuticals and personal care products |
| 33160000 | Operating techniques | Medical equipments |
| 33169000 | Surgical instruments | Operating techniques |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |