Planning

Physiotherapy and Occupational Therapy

NHS SUPPLY CHAIN

This public procurement record has 1 release in its history.

Planning

19 Mar 2019 at 15:38

Summary of the contracting process

The NHS Supply Chain is planning to initiate a tender for "Physiotherapy and Occupational Therapy" products, classified under the medical equipment industry category. This procurement aims to cover a range of items with an anticipated initial expenditure between £2,000,000 and £3,000,000 in the first year, and an estimated total value of £8,000,000 to £12,000,000 over the four-year framework. The engagement end date for interested parties to submit their inputs is scheduled for 7th November 2019. The procurement process is in the planning stage, with an invitation to tender expected to be issued separately in the near future. The products will primarily be used across various NHS entities, government departments, and private sector organisations in healthcare.

This tender represents a significant opportunity for businesses, especially small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs), to engage in the healthcare supply chain. Companies that specialise in the provision of physiotherapy and occupational health products, including consumables and equipment, will find this framework advantageous. As the NHS Supply Chain seeks suppliers who can demonstrate quality standards such as ISO 9001:2015, businesses equipped to meet these requirements and demonstrate competitive pricing strategies may stand a strong chance of success in this procurement opportunity.

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

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.

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

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

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-b5fd17-7f2f781e-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"
    }
}