Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Physiotherapy and Occupational Therapy

  • First published: 11 November 2023
  • Last modified: 11 November 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-041734
Published by:
NHS Supply Chain
Authority ID:
AA21880
Publication date:
11 November 2023
Deadline date:
11 December 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Supply Chain

Wellington House

London

SE1 8UG

UK

Contact person: Sarah Bailey

E-mail: sarah.bailey@supplychain.nhs.uk

NUTS: UKI4

Internet address(es)

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

Address of the buyer profile: https://www.gov.uk/government/organisations/department-of-health/about/procurement

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

National or federal agency/office

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Physiotherapy and Occupational Therapy

II.1.2) Main CPV code

33155000

 

II.1.3) Type of contract

Supplies

II.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.

II.1.5) Estimated total value

Value excluding VAT: 8 800 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Products

II.2.2) Additional CPV code(s)

33100000

33141000

33141320

33150000

33151400

33154000

33155000

33157000

33158200

33158400

33165000

33190000

37426000

38432000

51414000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Various Locations in the UK

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 8 000 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.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.

II.2.13) Information about European Union funds

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

II.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.

Lot No: 2

II.2.1) Title

Large Therapy Equipment

II.2.2) Additional CPV code(s)

33155000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Various Locations in the UK

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 800 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.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.

II.2.13) Information about European Union funds

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

II.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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 25

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 11/12/2023

Local time: 15:00

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

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 12/12/2023

Local time: 09:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.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.

"

VI.4) Procedures for review

VI.4.1) Review body

NHS Supply Chain

London

UK

VI.4.2) Body responsible for mediation procedures

NHS Supply Chain

London

UK

VI.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)

VI.4.4) Service from which information about the review procedure may be obtained

NHS Supply Chain

London

UK

VI.5) Date of dispatch of this notice

09/11/2023

Coding

Commodity categories

ID Title Parent category
38432000 Analysis apparatus Detection and analysis apparatus
37426000 Balance equipment Gymnasium equipment
33165000 Cryosurgical and cryotherapy devices Operating techniques
33141000 Disposable non-chemical medical consumables and haematological consumables Medical consumables
33158200 Electrotherapy devices Electrical, electromagnetic and mechanical treatment
33157000 Gas-therapy and respiratory devices Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices
51414000 Installation services of mechanotherapy equipment Installation services of medical equipment
33158400 Mechanical therapy unit Electrical, electromagnetic and mechanical treatment
33154000 Mechanotherapy devices Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices
33100000 Medical equipments Medical equipments, pharmaceuticals and personal care products
33141320 Medical needles Disposable non-chemical medical consumables and haematological consumables
33190000 Miscellaneous medical devices and products Medical equipments
33155000 Physical therapy devices Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices
33151400 Radiotherapy supplies Radiotherapy devices and supplies
33150000 Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices Medical equipments

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
sarah.bailey@supplychain.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.