Opportunity

Orthoses, Podiatry, and Immobilisation

  • NHS Supply Chain

F02: Contract notice

Notice reference: 2023/S 000-030267

Published 13 October 2023, 12:41pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Email

Shane.Murphy@supplychain.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.supplychain.nhs.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://nhssupplychain.app.jaggaer.com/web/login.html

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/web/login.html

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

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

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 £24 000 000 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: £99,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Products 

Lot No

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

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

• 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: £86,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

This Framework Agreement will have the 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) Description

two.2.1) Title

Service

Lot No

2

two.2.2) Additional CPV code(s)

  • 85111600 - Orthotic services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

For the provision of an orthotic/podiatry service/Managed Service.

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: £4,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

This Framework Agreement will have the 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


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

Bidders should refer to II.2 of this Contract Notice for further details in respect of appointment to the individual Lots across the framework agreement.

Bidders may bid for one, more than one or all the Lots and Bidders 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 Bidders 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 to assist its customers with making informed procurement decisions. NHS Supply Chain intends to enter 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 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 Bidders 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 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/web/login.html using the Message Centre facility linked to this particular contract notice.

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


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

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

13 November 2023

Local time

12:00pm

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

13 October 2023

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

NHS Supply Chain

Nottingham

Country

United Kingdom