Planning

Artificial Limb Components and Associated Products (Goods and Services)

NHS SUPPLY CHAIN

This public procurement record has 3 releases in its history.

Planning

22 Jan 2019 at 11:11

Planning

17 Jan 2019 at 14:37

Planning

17 Jan 2019 at 14:34

Summary of the contracting process

NHS Supply Chain is initiating a procurement process for "Artificial Limb Components and Associated Products (Goods and Services)" as part of their planning stage. This tender aims to source a variety of products essential for prosthetics, including limb systems and components, with an anticipated initial expenditure between £55,000,000 and £60,000,000 in the first year. Key dates to note include the engagement end date, set for 15th February 2019. The procurement will allow for supplies to be purchased across a range of entities including NHS trusts and private sector organisations active in healthcare across the UK.

This tender presents significant opportunities for wholesalers, manufacturers, and service providers in the prosthetics industry, particularly those with ISO 9001:2015 certification or equivalent. Businesses specialising in medical supplies, prosthetic components, and associated services would be well-positioned to compete. The extensive framework agreement also encourages both small and medium enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) to participate, fostering a diverse supplier base that can meet the varied requirements of the NHS and other entities involved.

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

Artificial Limb Components and Associated Products (Goods and Services)

Notice Description

This PIN if for a range of items & services provided in a Prosthetics department and include, but not limited to: limb systems, coverings for upper and lower limbs, Feet and ankles, hips, knees, liners, hand, wrist and elbow prostheses, prosthetic socks, structural components. Quantities are unknown. It is anticipated that initial expenditure will be in the region of PS55,000,000 to PS60,000,000 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. 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 PS220,000,000 to PS240,000,000 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. The Framework Agreement will be between NHS Supply Chain and the Supplier. Under the Framework Agreement there will be two different methods of supply - one for Non-Direct Contract Products and one for Direct Contract Products. NHS Supply Chain will be entitled to purchase the supplies and/or services identified in the tender documents as Non-Direct Contract Products which it will then 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. For the supplies and/or services identified as Direct Contract Products in the tender documents 1) NHS Supply Chain; 2) any NHS Trust; 3) any other NHS entity; 4) any government department, agency or other statutory body and/or 5) any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the Supplier for any of the supplies and/or services under the Framework. As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products and services via a Request for Information (RFI) and a Technical Evaluation. If you would like to complete these documents in respect of the products and services which are the subject of this procurement they are att

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-8458f528-fd55-406f-8807-6b1930a21882
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/b6856e26-85ca-4828-a028-fbddb020d75f
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

33184000 - Artificial parts of the body

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
22 Jan 20197 years ago
Submission Deadline
Not specified
Future Notice Date
15 Feb 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
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
NORMANTON
Postcode
WF6 1TL
Post Town
Wakefield
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE45 Wakefield
Delivery Location
Not specified

Local Authority
Wakefield
Electoral Ward
Normanton
Westminster Constituency
Normanton and Hemsworth

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-b5fd17-8458f528-fd55-406f-8807-6b1930a21882-2019-01-22T11:11:24Z",
    "date": "2019-01-22T11:11:24Z",
    "ocid": "ocds-b5fd17-8458f528-fd55-406f-8807-6b1930a21882",
    "language": "en",
    "initiationType": "tender",
    "title": "Artificial Limb Components and Associated Products (Goods and Services)",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2019-02-15T23:59:59Z"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/b6856e26-85ca-4828-a028-fbddb020d75f",
                "datePublished": "2019-01-22T11:11:24Z",
                "format": "text/html",
                "language": "en",
                "dateModified": "2019-01-22T11:11:24Z"
            },
            {
                "id": "2",
                "documentType": "bidders",
                "description": "Technical aspects",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/81621908-dd81-435b-b2d8-41f23466ad22",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "3",
                "documentType": "bidders",
                "description": "Request for Information",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/dd2a7abe-f33d-4cfe-a0ba-7f2701b0789f",
                "format": "application/vnd.ms-excel"
            }
        ]
    },
    "tender": {
        "id": "2019/S 014-028040",
        "title": "Artificial Limb Components and Associated Products (Goods and Services)",
        "description": "This PIN if for a range of items & services provided in a Prosthetics department and include, but not limited to: limb systems, coverings for upper and lower limbs, Feet and ankles, hips, knees, liners, hand, wrist and elbow prostheses, prosthetic socks, structural components. Quantities are unknown. It is anticipated that initial expenditure will be in the region of PS55,000,000 to PS60,000,000 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. 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 PS220,000,000 to PS240,000,000 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. The Framework Agreement will be between NHS Supply Chain and the Supplier. Under the Framework Agreement there will be two different methods of supply - one for Non-Direct Contract Products and one for Direct Contract Products. NHS Supply Chain will be entitled to purchase the supplies and/or services identified in the tender documents as Non-Direct Contract Products which it will then 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. For the supplies and/or services identified as Direct Contract Products in the tender documents 1) NHS Supply Chain; 2) any NHS Trust; 3) any other NHS entity; 4) any government department, agency or other statutory body and/or 5) any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the Supplier for any of the supplies and/or services under the Framework. As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products and services via a Request for Information (RFI) and a Technical Evaluation. If you would like to complete these documents in respect of the products and services which are the subject of this procurement they are att",
        "status": "planning",
        "classification": {
            "scheme": "CPV",
            "id": "33184000",
            "description": "Artificial parts of the body"
        },
        "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"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "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": "Foxbridge Way",
                "locality": "Normanton",
                "postalCode": "WF6 1TL",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Jane Brannan",
                "email": "Jane.brannan2@supplychain.nhs.uk",
                "telephone": "+44 7970515330"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/8479ZfZ7",
        "name": "NHS SUPPLY CHAIN"
    }
}