web-banner-marketing2

Market Leads & Opportunities

Orthopaedic Trauma and Joint Replacement Framework Agreement

Type of document: Contract Notice
Country: United Kingdom

1. Title: ORTHOPAEDIC TRAUMA AND JOINT REPLACEMENT FRAMEWORK AGREEMENT
2. Awarding Authority: NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust), Alder House, Alder Court, St Asaph, GB, LL17 0JL. Email: Paul.jones6@wales.nhs.uk. Web: Buyer profile:
3. Contract type: Supply contract
Open
4. Description: The Awarding Authorityinvites bidders to tender for a National Framework Agreement for the Supply Provision of Orthopaedic, Trauma and Framework Agreement to the following NHS Organisations:
Wales:
Aneurin Bevan University Health Board
Betsi Cadwaladr University Health Board
Cardiff & Vale University Health Board
Cwm Taf Morgannwg University Health Board
Hywel Dda University Health Board
Swansea Bay University Health Board
Powys Teaching Health Board
Velindre NHS Trust
Public Health Wales NHS Trust
Welsh Ambulance Services NHS Trust
Northern Ireland:
Northern Ireland Business Services Organisation (NIBSO)
Health & Social Care Trusts Northern Ireland (HSCNI)
Belfast Health & Social Care Trust
Northern Health & Social Care Trust
Western Health & Social Care Trust
Southern Health & Social Care Trust
South Eastern Health & Social Care Trust
NHS Wales Shared Services Partnership reserve the right to add additional Health Organisations within the United Kingdom to the Framework Agreement at any time during the period of the Framework Agreement. Any such additions will be made following consultation with all Participating Framework Suppliers.
The period of this Framework will be 4 years from 01/05/2021.
For further information please refer to ITT documents available on the website below.
Lot No: 1 – Hip Implants (Primary, Revision and Hemi Arthroplasty) – Supply of Hip Implants (Primary, Revision and Hemi Arthroplasty).
Primary and Revision Hip Replacement: joint replacement including fractured neck of femur, hemi arthroplasty, bespoke and custom-made implants and related consumables.
Outcome/Value Based Solutions.
Please also refer to Section 2.7 of the ITT document for further information
Lot No: 2 – Knee Implants (Primary and Revision) – Knee Implants (Primary and Revision)
Primary and Revision Knee Replacement: Joint replacement including partial knees, bespoke and custom-made implants and related consumables.
Outcome/Value Based Solutions
Please also refer to Section 2.7 of the ITT document for further information
Lot No: 3 – Extremities Arthroplasty – Supply of Extremities Arthroplasty Implants.
Shoulder, elbow, ankle, small joint reconstruction and fracture management through prosthetic arthroplasty including bespoke and custom-made implants and related consumables.
Outcome/Value Based Solutions.
Please also refer to Section 2.7 of the ITT document for further information
Lot No: 4 – Trauma: Internal and External Fixation and Consumables – Supply of Trauma Internal and External Fixation and Consumables.
All trauma specific and implants by way of emergency trauma and non-reconstructive and congenital correction implants, external fixation devices and consumables. Elective subspecialty plating and patient care in hand and wrist, foot and ankle, cranio maxillofacial and related consumables.
Outcome/Value Based Solutions
Please also refer to Section 2.7 of the ITT document for further information
Lot No: 5 – Spinal – Supply of Spinal Implants
Orthopaedic spinal implants and consumables including spine specific cements & substitutes and related consumables. Outcome/Value Based Solutions.
Please refer to Section 2.7 of Invitation to Tender document.
Lot No: 6 – Arthroscopy and Sports Medicine – Supply of Arthroscopy and Sports Medicine Products
All capital and consumable items required for arthroscopic surgery including all stack systems, hardware and consumables for resection and ablation. All specialist instrumentation, disposables and implants for soft tissue repair and mobilisation and other related consumables. Outcome/Value Based Solutions.
Please also refer to Section 2.7 of the ITT document for further information
Lot No: 7 – Bone Preparation – Supply of Bone Preparation Products.
Bone cement, mixing systems, pulse lavage, bone substitutes, cement pressurisers, cement removal and associated products.
Please also refer to Section 2.7 of the ITT document for further information
Lot No: 8 – Orthopaedic Power Tools and Consumables. – Supply of Orthopaedic Power Tools and Consumables.
Large bone, trauma, high speed and specialist power tools including all loan agreements, purchase options, maintenance and all associated consumables.
Please also refer to Section 2.7 of the ITT document for further information.
Lot No: 9 – Biologics – Supply of Biologics
All biologic and synthetic bone and soft tissue substitutes and additional products such as platelet separation systems.
Please also refer to Section 2.7 of the ITT document for further information.
Lot No: 10 – Value Based/Innovation – In order to understand what solutions may be available in the current market Bidders can submit plans to determine how partnerships/services/solutions can be developed with participating Organisations including what products and/or services are available to facilitate Value Based Healthcare Outcomes, what support will be given and under what circumstances. Crucially what benefits and efficiencies can be expected from them. This includes but is not limited to:
Patient planning
Overall cost of care reduction
Storage solutions for consigned stock
Addressing the issues of unbalanced or overstocked product
Equipment and technological platforms
Patient pathway optimisation including affecting the patient end to end journey and patient experience. For example, but not limited to:
Patient pathway / recovery optimisation
Theatre and operational efficiency and project managed solutions
Length of stay reduction
Waiting list / throughput solutions
Coding review and assistance
Managed services
Equipment and innovation solutions which optimise patient preoperative, intraoperative and postoperative care and / or rehabilitation, including but not limited to:
Imaging and Navigation solutions
Bespoke implants / instrumentation
Patient specific jigs
Patient education
Patient intel
Robotics
Artificial Intelligence and software
Partnership offers with participating Organisation(s) which look to improve the service provision and share risk and reward.
Please also refer to Section 2.7 and Section of the ITT document for further information
5. CPV Code(s): 33183100, 33183200, 33141700, 33184100, 33141750, 33183300, 33141770
6. NUTS code(s): UKL, UKL1, UKL13, UKN
7. Main site or location of works, main place of delivery or main place of performance: All Wales
Lot No: 1 – Lot No: 10
NUTS code:
UKL
UKN
8. Reference attributed by awarding authority: Reference number: CLI-OJEU-46491
Notice number in the OJ S:
2020/S 220-541826
WA Ref:107984
9. Estimated value of requirement: Estimated total value
Value excluding VAT: 125,000,000.00 GBP
10. Time limit for receipt of tenders or requests to participate 24.3.2021 (12:00).
11. Address to which they must be sent: For further information/documentation regarding the above contract notice please visit
12. Other information: Joint procurement
The contract is awarded by a central purchasing body
Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:

Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:

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:

Type of the contracting authority
Body governed by public law
Main activity
Health
Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 10
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
Information about variants
Variants will be accepted: Yes
Information about options
Options: No
Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 1- Additional information
Items included in this Lot of the Framework Agreement include the following:
Acetabular cups and shells,
Acetabular liners,
Femoral stems,
Femoral heads,
Femoral necks,
Hip accessories,
Hemi-arthroplasty (Fractured neck of femur),
Cutting blocks/Guides.
Lot No: 2 – Additional information
Items included in this Lot of the Framework Agreement include the following:
Bicondylar femoral,
Unicondylar femoral,
Hinged/linked femoral,
Patello/femoral,
Pre-assembled tibial component, bicondylar, hinged/linked, unicondylar,
Tibial tray, bicondylar, unicondylar, hinged/linked,
Meniscal, bicondylar, unicondylar,
Patella,
Knee accessories.
Lot:no:3 – Additional information
Items included in this Lot of the Framework Agreement include the following:
Shoulder, humeral,
Shoulder, glenoid,
Shoulder accessories,
Elbow, humeral,
Elbow, ulnar,
Elbow, radial,
Elbow, pre-assembled,
Elbow accessories,
Finger,
Ankle, talar,
Ankle, tibial tray,
Ankle, pre-assembled tibial,
Ankle, meniscal,
Ankle accessories,
Toe.
Lot:no:4
Additional information
Items in in this Lot include the following:
Large fragment,
Small fragment,
Hip screws,
Hip plates,
Hand and wrist products,
Foot and ankle,
Medullary nailing,
Periarticular plating,
Standard uniplanar fixator,
Ring fixator,
Hybrid fixator,
Pinless fixator,
Drill bits,
Kirschner wires,
Neuro,
Midface,
Mandible,
Maxilla.
Lot No: 5 – Additional information
Items in this Lot include the following:
Cervical — anterior,
Cervical — posterior,
Thoracic,
Lumbar,
Reconstruction,
Fusion systems,
Spine-specific biologic products.
Lot No: 6 – Additional information
Items in this Lot include the following:
ACL,
Arthroscopy pump systems,
Shaver systems and accessories,
Bone anchors,
Meniscal and cartilage repairs,
Rotator cuff,
Small joints,
Radio frequency consumables,
Arthroscopic camera stacks and accessories.
Lot No: 7 – Additional information
Items in this Lot include the following:
Simple bone cement,
Antibiotic bone cement (e.g. Tobramycin and Gentamycin),
Bone cement mixing systems,
Pulse lavage,
Cement Plugs,
Cement Moulds.
Lot No: 8 – Additional information
Items in this Lot include the following:
Drills,
Saws,
Ultrasound bone growth systems,
General orthopaedic implant instrumentation.
Lot No: 9 – Additional information
Items in this Lot include the following:
Allografts,
Xenografts,
Demineralised bone matrix,
Cancellous bone chips,
Bone substitutes.
Additional information
As part of NHS Wales’ drive to improve efficiency across the service, NWSSP is seeking value-based opportunities (such as Supply Chain efficiency opportunities, Theatre/Inventory Stock Management Systems, linking discounts for expenditure across multiple Lots, Innovations to reduce length of patient stay and any value based solutions)
Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As stated in ITT document.
Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Contract performance conditions
As stated in the ITT Document.
Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Languages in which tenders or requests to participate may be submitted
EN
Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 20/09/2021
Conditions for opening of tenders
Date: 24/03/2021
Local time: 12:30
Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published:
May 2025
Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
Additional information
NHS Bodies in existence at the time of this tender are:
Wales:
Aneurin Bevan University Health Board
Betsi Cadwaladr University Health Board
Cardiff & Vale University Health Board
Cwm Taf Morgannwg University Health Board
Hywel Dda University Health Board
Swansea Bay University Health Board
Powys Teaching Health Board
Velindre NHS Trust
Public Health Wales NHS Trust
Welsh Ambulance Services NHS Trust
Northern Ireland:
Northern Ireland Business Services Organisation (NIBSO)
Health & Social Care Trusts Northern Ireland (HSCNI)
Belfast Health & Social Care Trust
Northern Health & Social Care Trust
Western Health & Social Care Trust
Southern Health & Social Care Trust
South Eastern Health & Social Care Trust
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at
(WA Ref:107984)
Date of dispatch of this notice
09/02/2021
TKR-202129-EX-1552560