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

Orthoses, Podiatry, and Immobilisation

  • First published: 15 October 2023
  • Last modified: 15 October 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-040bd3
Published by:
NHS Supply Chain
Authority ID:
AA21880
Publication date:
15 October 2023
Deadline date:
13 November 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

UK

E-mail: Shane.Murphy@supplychain.nhs.uk

NUTS: UK

Internet address(es)

Main address: www.supplychain.nhs.uk

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

Orthoses, Podiatry, and Immobilisation

II.1.2) Main CPV code

33000000

 

II.1.3) Type of contract

Supplies

II.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.

II.1.5) Estimated total value

Value excluding VAT: 99 000 000.00  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)

18832000

18840000

18841000

18842000

18843000

33000000

33100000

33140000

33141700

33141740

33141760

33141770

33196000

33196200

33700000

II.2.3) Place of performance

NUTS code:

UK

II.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

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: 86 000 000.00  GBP

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

Duration in months: 48

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: Yes

II.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.

II.2.13) Information about European Union funds

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

Lot No: 2

II.2.1) Title

Service

II.2.2) Additional CPV code(s)

85111600

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

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

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: 4 000 000.00  GBP

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

Duration in months: 48

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: Yes

II.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.

II.2.13) Information about European Union funds

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

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:

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.

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

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.

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 13/11/2023

Local time: 12:00

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: 13/10/2023

Local time: 13:00

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.4) Procedures for review

VI.4.1) Review body

NHS Supply Chain

Nottingham

UK

VI.5) Date of dispatch of this notice

13/10/2023

Coding

Commodity categories

ID Title Parent category
33196200 Devices for the disabled Medical aids
18841000 Footwear uppers Parts of footwear
33141770 Fracture appliances, pins and plates Disposable non-chemical medical consumables and haematological consumables
18843000 Heels Parts of footwear
33196000 Medical aids Miscellaneous medical devices and products
33140000 Medical consumables Medical equipments
33100000 Medical equipments Medical equipments, pharmaceuticals and personal care products
33000000 Medical equipments, pharmaceuticals and personal care products Materials and Products
33141740 Orthopaedic footwear Disposable non-chemical medical consumables and haematological consumables
33141700 Orthopaedic supplies Disposable non-chemical medical consumables and haematological consumables
85111600 Orthotic services Hospital services
18840000 Parts of footwear Footwear
33700000 Personal care products Medical equipments, pharmaceuticals and personal care products
18842000 Soles Parts of footwear
18832000 Special footwear Protective footwear
33141760 Splints Disposable non-chemical medical consumables and haematological consumables

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:
Shane.Murphy@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.