Planning

Imaging, Radiotherapy and Ancillary Devices and Associated Accessories

NHS SUPPLY CHAIN

This public procurement record has 1 release in its history.

Planning

11 Jul 2019 at 14:59

Summary of the contracting process

The NHS Supply Chain has initiated a planned procurement process for a Framework Agreement titled "Imaging, Radiotherapy and Ancillary Devices and Associated Accessories," aimed at procuring various medical equipment, including diagnostic imaging devices, endoscopes, and radiotherapy supplies. The procurement is classified under the medical equipment industry category (CPV code: 33100000) and will be conducted using a selective procurement method through a restricted procedure above threshold. The anticipated contract period will begin on 1st January 2020 and run until 31st December 2024, with an estimated initial expenditure of approximately £229,194,000, though this may vary based on demand from purchasing bodies. Key future communications regarding this notice will be available from 12th July 2019.

This tender presents significant opportunities for businesses specialising in medical equipment and related services, particularly small and medium enterprises (SMEs) and voluntary and community sector enterprises (VCSEs). Companies that offer innovative medical technologies, maintenance services, and training for healthcare professionals would find this procurement highly relevant. The potential for new suppliers to be awarded contracts due to ongoing technological advancements suggests a favourable environment for businesses looking to expand their footprint in the healthcare supply sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Imaging, Radiotherapy and Ancillary Devices and Associated Accessories

Notice Description

It is the intention for the following to be available under the terms of the Framework Agreement: Diagnostic imaging equipment, flexible and rigid endoscopes, radiotherapy devices and supplies, contrast injectors and consumables and related services and accessories, including warranty, point of sale maintenance, training, turnkey arrangements. Due to technological advancement, specifications will be reviewed, to enable the NHS to access to the latest products via the framework. New suppliers may be awarded on the framework due to this. More information on this is provided in the attached letter. This will be in conjunction with the 2 year extension. Precise quantities are unknown and is anticipated that initial expenditure will be between 229 194 000 GBP to 451 765 500 GBP in the first year of the extension period, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-777fe9f8-70a0-4de7-9290-90509d7f95c1
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/016872ab-de48-4266-a275-7492ec04c0d5
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planned Procurement Notice
Procurement Type
Framework
Procurement Category
Not specified
Procurement Method
Selective
Procurement Method Details
Restricted procedure (above threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

33100000 - Medical equipments

Notice Value(s)

Tender Value
£229,194,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
11 Jul 20196 years ago
Submission Deadline
Not specified
Future Notice Date
11 Jul 2019Expired
Award Date
Not specified
Contract Period
1 Jan 2020 - 31 Dec 2024 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NHS SUPPLY CHAIN
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SE1 6LH
Post Town
South East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI44 Lewisham and Southwark
Delivery Location
TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLI London, TLJ South East (England), TLK South West (England)

Local Authority
Southwark
Electoral Ward
St George's
Westminster Constituency
Bermondsey and Old Southwark

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-777fe9f8-70a0-4de7-9290-90509d7f95c1-2019-07-11T15:59:04+01:00",
    "date": "2019-07-11T15:59:04+01:00",
    "ocid": "ocds-b5fd17-777fe9f8-70a0-4de7-9290-90509d7f95c1",
    "language": "en",
    "initiationType": "tender",
    "planning": {
        "budget": {
            "budgetBreakdown": [
                {
                    "id": "1",
                    "period": {
                        "startDate": "2019-04-01T00:00:00+01:00",
                        "endDate": "2020-03-31T23:59:59+01:00"
                    },
                    "description": "2019/2020",
                    "amount": {
                        "amount": 229194000,
                        "currency": "GBP"
                    }
                }
            ]
        },
        "documents": [
            {
                "id": "1",
                "documentType": "plannedProcurementNotice",
                "description": "Future opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/016872ab-de48-4266-a275-7492ec04c0d5",
                "datePublished": "2019-07-11T15:59:04+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "PIN Notice",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/045f47d3-88b1-49f7-a7fa-9e39408cbc65",
                "format": "application/pdf"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "PIN Notice",
                "url": "https://ted.europa.eu/udl?uri=TED:NOTICE:307687-2019:TEXT:EN:HTML&src=0"
            }
        ]
    },
    "tender": {
        "id": "2019/S 126-307687",
        "title": "Imaging, Radiotherapy and Ancillary Devices and Associated Accessories",
        "description": "It is the intention for the following to be available under the terms of the Framework Agreement: Diagnostic imaging equipment, flexible and rigid endoscopes, radiotherapy devices and supplies, contrast injectors and consumables and related services and accessories, including warranty, point of sale maintenance, training, turnkey arrangements. Due to technological advancement, specifications will be reviewed, to enable the NHS to access to the latest products via the framework. New suppliers may be awarded on the framework due to this. More information on this is provided in the attached letter. This will be in conjunction with the 2 year extension. Precise quantities are unknown and is anticipated that initial expenditure will be between 229 194 000 GBP to 451 765 500 GBP in the first year of the extension period, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "33100000",
            "description": "Medical equipments"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "North East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East of England",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 229194000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure (above threshold)",
        "communication": {
            "futureNoticeDate": "2019-07-12T00:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2020-01-01T00:00:00Z",
            "endDate": "2024-12-31T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        }
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/8479ZfZ7",
            "name": "NHS SUPPLY CHAIN",
            "identifier": {
                "legalName": "NHS SUPPLY CHAIN",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/8479ZfZ7"
            },
            "address": {
                "streetAddress": "NHS Supply Chain Operated by DHL Supply Chain Ltd acting as agent of Supply Chain Coordination Ltd (SCCL), c/o Skipton House, 80 London Road",
                "locality": "London",
                "postalCode": "SE1 6LH",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "Neil.emery@supplychain.nhs.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/8479ZfZ7",
        "name": "NHS SUPPLY CHAIN"
    }
}