Notice Information
Notice Title
Physiotherapy and Occupational Therapy
Notice Description
Physiotherapy and Occupational Health products including: splinting, 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, 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 PS2,000,000 to PS3,000,000 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. Estimated value over the maximum Framework Agreement term (four years) will be in the region of PS8,000,000 to PS12,000,000. Additional information: "The following certification will be a requirement of the upcoming tender exercise and Applicants will be required to include evidence of this with their tender submission. ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing storage and distribution. Further information in respect of certification requirements will be set out in the notice for the forthcoming procurement. If such certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain. The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during the subsequent 12 months. The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time. The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion. Whilst it is anticipated that initial expenditure under any forthcoming procurement will be in the region of PS8,000,000 to PS12,000,000 for this contract award, this is approximate only and the values will be to such level as those purchasing under the Framework Agreement consider necessary to provide suitable requirements. NHS Supply Chain expects to provide successful suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing, value added offerings and commitment/bulk buy initiatives. 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 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. As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI). If you would like to complete the Request for Information document in respect of the products which are the subject of this procurement then please follow the below instructions; Candidates wishing to complete the Request for Information must register their expression of interest. The Request for Information document will then be sent via the Intenda Messaging Centre. REQUEST FOR INFORMATION DOCUMENT - The Request for Information Document will then be sent to you via the Intenda Messaging Centre.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-7f2f781e-6b4e-4607-ae10-b0a38d267d65
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/deddda85-fa8b-40eb-a890-153399533d15
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Market Engagement Notice
- Procurement Type
- Framework
- Procurement Category
- Not specified
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- 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
33622100 - Cardiac therapy medicinal products
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Mar 20196 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 7 Nov 2019Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planning
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS SUPPLY CHAIN
- Contact Name
- Shivam Handa
- Contact Email
- shivam.handa@supplychain.nhs.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- SHEFFIELD
- Postcode
- S4 7UQ
- Post Town
- Sheffield
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE3 South Yorkshire
- Small Region (ITL 3)
- TLE32 Sheffield
- Delivery Location
- Not specified
-
- Local Authority
- Sheffield
- Electoral Ward
- Burngreave
- Westminster Constituency
- Sheffield Brightside and Hillsborough
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/deddda85-fa8b-40eb-a890-153399533d15
19th March 2019 - Early engagement notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-b5fd17-7f2f781e-6b4e-4607-ae10-b0a38d267d65-2019-03-19T15:38:36Z",
"date": "2019-03-19T15:38:36Z",
"ocid": "ocds-b5fd17-7f2f781e-6b4e-4607-ae10-b0a38d267d65",
"language": "en",
"initiationType": "tender",
"title": "Physiotherapy and Occupational Therapy",
"planning": {
"milestones": [
{
"id": "1",
"title": "Engagement end date",
"type": "engagement",
"dueDate": "2019-11-07T23:59:59Z"
}
],
"documents": [
{
"id": "1",
"documentType": "marketEngagementNotice",
"description": "Early engagement notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/deddda85-fa8b-40eb-a890-153399533d15",
"datePublished": "2019-03-19T15:38:36Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "bidders",
"description": "Request For Information",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/c0f359df-2fbe-43da-9e44-115ae3b83b1b",
"format": "application/vnd.ms-excel"
},
{
"id": "3",
"documentType": "bidders",
"description": "Technical Evaluation",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/bcd81fb2-45e2-43df-8472-c1b6b77a1843",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
}
]
},
"tender": {
"id": "2019/S 055-126174",
"title": "Physiotherapy and Occupational Therapy",
"description": "Physiotherapy and Occupational Health products including: splinting, 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, 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 PS2,000,000 to PS3,000,000 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. Estimated value over the maximum Framework Agreement term (four years) will be in the region of PS8,000,000 to PS12,000,000. Additional information: \"The following certification will be a requirement of the upcoming tender exercise and Applicants will be required to include evidence of this with their tender submission. ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing storage and distribution. Further information in respect of certification requirements will be set out in the notice for the forthcoming procurement. If such certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain. The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during the subsequent 12 months. The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time. The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion. Whilst it is anticipated that initial expenditure under any forthcoming procurement will be in the region of PS8,000,000 to PS12,000,000 for this contract award, this is approximate only and the values will be to such level as those purchasing under the Framework Agreement consider necessary to provide suitable requirements. NHS Supply Chain expects to provide successful suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing, value added offerings and commitment/bulk buy initiatives. 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 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. As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI). If you would like to complete the Request for Information document in respect of the products which are the subject of this procurement then please follow the below instructions; Candidates wishing to complete the Request for Information must register their expression of interest. The Request for Information document will then be sent via the Intenda Messaging Centre. REQUEST FOR INFORMATION DOCUMENT - The Request for Information Document will then be sent to you via the Intenda Messaging Centre.",
"status": "planning",
"classification": {
"scheme": "CPV",
"id": "33100000",
"description": "Medical equipments"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "33622100",
"description": "Cardiac therapy medicinal products"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"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": "Don Valley House, Saville Street East",
"locality": "Sheffield",
"postalCode": "S4 7UQ",
"countryName": "England"
},
"contactPoint": {
"name": "Shivam Handa",
"email": "shivam.handa@supplychain.nhs.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/8479ZfZ7",
"name": "NHS SUPPLY CHAIN"
}
}