Tender

ORTHOSES, PODIATRY, AND IMMOBILISATION 2025

  • NHS Supply Chain

F02: Contract notice

Notice identifier: 2024/S 000-019205

Procurement identifier (OCID): ocds-h6vhtk-0471ef

Published 21 June 2024, 3:28pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Contact

Gavin Staniforth

Email

gavin.staniforth2@supplychain.nhs.uk

Country

United Kingdom

Region code

UKI4 - Inner London – East

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-of-health

Buyer's address

https://www.gov.uk/government/organisations/department-of-health/about/procurement

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The 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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://nhssupplychain.app.jaggaer.com//

Tenders or requests to participate must be submitted to the above-mentioned 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//

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ORTHOSES, PODIATRY, AND IMMOBILISATION 2025

two.1.2) Main CPV code

  • 33000000 - Medical equipments, pharmaceuticals and personal care products

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHS Supply Chain are inviting invitations to tender to establish an overarching non-exclusive Framework Agreement which NHS and Other Health Organisations can place orders and contractual agreements under, the scope of which will include Orthotic Services, Orthotic, Podiatry, Immobilisation and associated consumables.

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £178,500,00 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.

two.1.5) Estimated total value

Value excluding VAT: £714,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Products - Orthoses, Podiatry, and Immobilisation 2025

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 18832000 - Special footwear
  • 18840000 - Parts of footwear
  • 18841000 - Footwear uppers
  • 18842000 - Soles
  • 18843000 - Heels
  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 33100000 - Medical equipments
  • 33140000 - Medical consumables
  • 33141700 - Orthopaedic supplies
  • 33141740 - Orthopaedic footwear
  • 33141760 - Splints
  • 33141770 - Fracture appliances, pins and plates
  • 33196000 - Medical aids
  • 33196200 - Devices for the disabled
  • 33700000 - Personal care products

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

This Framework Agreement is anticipated to cover a range of products that would typically be used in supply of orthotics, podiatry and immobilisation items. The range includes (but not limited to):

• Head Orthoses

• Spinal Orthoses

• Upper limb Orthoses

• Hip Orthoses

• Lower Limb Orthoses (Includes Podiatry Products)

• Equipment for Orthoses

• Materials and Accessories for Orthoses

• Casting Products & Accessories

• Acute Care immobilisation Services

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £194,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 48 months.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £20m-£25m 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.

two.2) Description

two.2.1) Title

Bespoke/Modular - Orthoses, Podiatry, and Immobilisation 2025

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 18832000 - Special footwear
  • 18840000 - Parts of footwear
  • 18841000 - Footwear uppers
  • 18842000 - Soles
  • 18843000 - Heels
  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 33100000 - Medical equipments
  • 33140000 - Medical consumables
  • 33141700 - Orthopaedic supplies
  • 33141740 - Orthopaedic footwear
  • 33141760 - Splints
  • 33141770 - Fracture appliances, pins and plates
  • 33196000 - Medical aids
  • 33196200 - Devices for the disabled
  • 33700000 - Personal care products

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

This Framework Agreement is anticipated to cover a range of products that would typically be used in supply of orthotics, podiatry and immobilisation items. The range includes (but not limited to):

• Modular/Bespoke Orthoses Products

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £104,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 48 months.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £1m to £5m 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.

two.2) Description

two.2.1) Title

Services - Orthoses, Podiatry, and Immobilisation 2025

Lot No

Lot 3

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

This Framework Agreement is anticipated to cover a range of products that would typically be used in supply of orthotics, podiatry and immobilisation items. The range includes (but not limited to):

Direct Services

Managed Services

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £416,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 48 months.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £20m-£25m 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.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

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. Only NHS Supply Chain can order from the Framework Agreement and enter into contracts under it.

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 eTendering 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.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The 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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 50

four.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction

Although an electronic auction will not be used to award all or part of the requirements of the Framework Agreement the use of eAuctions may be an option as part of any contracts awarded under the Framework Agreement.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

22 July 2024

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 7 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

23 July 2024

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Submission of expression of interest and procurement specific information:

This procurement exercise will be conducted on the NHS Supply Chain eTendering portal at https://nhssupplychain.app.jaggaer.com//

Candidates 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 eTendering 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_1292

ITT_1293

ITT_1294

ITT_1348

Please note: you must respond to Project_1388 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 Helpcentre' 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.

six.4) Procedures for review

six.4.1) Review body

Not Applicable

Not Applicable

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended)