Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain
Wellington House
London
SE1 8UG
Contact
Sarah Bailey
sarah.bailey@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.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
Physiotherapy and Occupational Therapy
two.1.2) Main CPV code
- 33155000 - Physical therapy devices
two.1.3) Type of contract
Supplies
two.1.4) Short description
Physiotherapy and Occupational Therapy including therapy (i.e. therapeutic putty, resistive exercise bands, hand exercisers, massage) consumables, electrotherapy, acupuncture, educational models and posters, tapes and strapping specific for physiotherapy, rehabilitation supplies (i.e. balance products, exercise mats and balls, weights, hydrotherapy), pelvic health, CPM machines, Large Exercise Machines / Equipment, Robotic Therapy, assessment devices (excluding hammers and percussors), sound wave therapy and spinal therapy and hot and cold therapy products. Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 2 200 000 GBP 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. Estimated value over the maximum framework agreement term (4 years) will be in the region of 8 800 000 GBP.
two.1.5) Estimated total value
Value excluding VAT: £8,800,000
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)
- 33100000 - Medical equipments
- 33141000 - Disposable non-chemical medical consumables and haematological consumables
- 33141320 - Medical needles
- 33150000 - Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices
- 33151400 - Radiotherapy supplies
- 33154000 - Mechanotherapy devices
- 33155000 - Physical therapy devices
- 33157000 - Gas-therapy and respiratory devices
- 33158200 - Electrotherapy devices
- 33158400 - Mechanical therapy unit
- 33165000 - Cryosurgical and cryotherapy devices
- 33190000 - Miscellaneous medical devices and products
- 37426000 - Balance equipment
- 38432000 - Analysis apparatus
- 51414000 - Installation services of mechanotherapy equipment
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 Lot is for products including but not limited to, Acupuncture, Electrotherapy / Ultrasound Therapy, General Therapy and Exercise, Temperature Management, Massage Products, Posture & Balance, Tapes, Strapping and Associated Accessories.
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: £8,000,000
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
This framework agreement will have the option to extend incrementally for a further period of up to 24 months in addition the initial 24 months set out in the framework agreement.
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 £2 000 000 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.2) Description
two.2.1) Title
Large Therapy Equipment
Lot No
2
two.2.2) Additional CPV code(s)
- 33155000 - Physical therapy devices
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 Lot is for products including but not limited to, CPM Machines, Large Exercise Machines / Equipment and Robotic Therapy.
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: £800,000
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
This framework agreement will have the option to extend incrementally for a further period of up to 24 months inaddition the initial 24 months set out in the framework agreement.
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 £200 000 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.
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 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. 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 sustainability and social value 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: 25
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 December 2023
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
12 December 2023
Local time
9:00am
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.3) Additional information
Submission of expression of interest and procurement specific information:
This procurement exercise will be conducted on the 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 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_939
Please note: you must respond to ITT_939 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
NHS Supply Chain
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
NHS Supply Chain
London
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)
six.4.4) Service from which information about the review procedure may be obtained
NHS Supply Chain
London
Country
United Kingdom