Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain Operated by Health Solutions Team Limited acting as agent of Supply Chain Coordination Ltd (SCCL)
c/o Skipton House, 80 London Road
London
SE1 6LH
chelsea.hufton@supplychain.nhs.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://nhssupplychain.app.jaggaer.com/
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Additional information can be obtained from 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
Audiological Equipment Services and Related Consumables 2024
two.1.2) Main CPV code
- 33124100 - Diagnostic devices
two.1.3) Type of contract
Supplies
two.1.4) Short description
"Non-exclusive Framework Agreement (FAG) for the supply to the NHS Supply Chain customer base via the E-Direct route to market for Audiological Equipment Services and Related Consumables. Products include: Hearing Test Equipment, Audiometers, Tympanometers, Newborn Hearing Screening Devices, Hearing Aid Fitting Equipment, Sound Booths, Wax Management, Video Otoscopes, Balance Assessment and Treatment, Associated Consumable Equipment
It is anticipated that expenditure will be in the region of £12,000,000 to £16,000,000 in the initial term of this Framework Agreement, with an estimated total value of £30,000,000 over a 2+2 year term, 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: £30,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
two.2) Description
two.2.1) Title
Diagnostic & Fitting Equipment
Lot No
01
two.2.2) Additional CPV code(s)
- 32351300 - Audio equipment accessories
- 33121400 - Audiometers
- 33124100 - Diagnostic devices
- 33124130 - Diagnostic supplies
- 85121240 - ENT or audiologist 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
Audiometers, Tympanometers, Combined Audiometers/Tympanometer, Hearing Aid Fitting Equipment, Balance Equipment, Video Otoscope, Ear Scanner, Sound Booth, Otoacoustic Emissions, Auditory Brainstem Response, Combined Otoacoustic Emissions/Auditory Brain Response, Cortial Auditory Evoked Potentials, Calibration and Maintenance
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £6,100,000.00 to £7,400,000.00 in the initial 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.
two.2) Description
two.2.1) Title
Newborn Hearing
Lot No
02
two.2.2) Additional CPV code(s)
- 32351300 - Audio equipment accessories
- 33121300 - Electromyographs
- 33124100 - Diagnostic devices
- 85121240 - ENT or audiologist 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
Automated Otoacoustic Emissions Screening Equipment, Automated Auditory Brain Response Screening Equipment, Calibration and Maintenance.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £2,900,000 to £3,200,000 in the initial 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.
two.2) Description
two.2.1) Title
Wax Management
Lot No
03
two.2.2) Additional CPV code(s)
- 32351300 - Audio equipment accessories
- 33121400 - Audiometers
- 33124100 - Diagnostic devices
- 33124130 - Diagnostic supplies
- 85121240 - ENT or audiologist 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
Microsuction Equipment, Irrigation Equipment and Manual Wax Picks
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £380,000 to £420,000 in the initial 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.
two.2) Description
two.2.1) Title
Audiological Devices
Lot No
04
two.2.2) Additional CPV code(s)
- 32351300 - Audio equipment accessories
- 33121400 - Audiometers
- 33124100 - Diagnostic devices
- 33124130 - Diagnostic supplies
- 85121240 - ENT or audiologist 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
Assistive Listening Devices, Tinnitus Therapy Devices and Personal Hearable Devices
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £42,000 to £47,000 in the initial 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.
two.2) Description
two.2.1) Title
Consumables
Lot No
05
two.2.2) Additional CPV code(s)
- 32351300 - Audio equipment accessories
- 33121400 - Audiometers
- 33124100 - Diagnostic devices
- 33124130 - Diagnostic supplies
- 85121240 - ENT or audiologist 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
Audiometer Consumables, Tympanometer Consumables, Fitting Equipment Consumables, Video Otoscope Consumables, Otoacoustic Emissions (OAE) Consumables, Auditory Brainstem Response (ABR) Consumables, Newborn Hearing Screening Consumables and Wax Management Consumables
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £430,000 to £475,000 in the initial 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.
two.3) Estimated date of publication of contract notice
30 May 2023
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section six. Complementary information
six.3) Additional information
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.
Whilst it is anticipated that initial expenditure under any forthcoming procurement will be in the region of £12, 000,000 and £16,000,000 for this contract award, this is approximate only and the values will be to such level as those purchasing under the Framework Agreement consider necessary to provide suitable requirements.
The Framework Agreement will be between NHS Supply Chain and the Supplier. Under the Framework Agreement it is likely there will be two different methods of supply - one for Non-Direct Contract Products and one for Direct Contract Products.
NHS Supply Chain will be entitled to purchase the supplies and/or services identified in the tender documents as Non-Direct Contract Products which it will then 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.
For the supplies and/or services identified as Direct Contract Products in the tender documents 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.
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). If you would like to complete the Request for Information document in respect of the products which are the subject of this procurement then please follow the below instructions;
Candidates wishing to complete the Request for Information must register their expression of interest. The Request for Information document will then be sent via the Jaggaer Messaging Centre.
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 the “Supplier Dashboard” icon and select “Prior Information Notice” towards the top right of the screen to open the list of new Prior Information Notices.
EXPRESSION OF INTEREST
- View PIN content by clicking on the ‘VIEW NOTICE’ button for the procurement event. This opens a PDF document.
- Express an interest by clicking on the ‘EXPRESS INTEREST’ button.
REQUEST FOR INFORMATION DOCUMENT
- The Request for Information Document will then be sent to you via the Jaggaer Messaging Centre