Notice Information
Notice Title
Audiological Equipment Services and Related Consumables 2024
Notice Description
"Non-exclusive Framework Agreement (FAG) for the supply to the NHS Supply Chain customer base via the E-Direct route to market for Audiological Equipment Services and Related Consumables. Products include: Hearing Test Equipment, Audiometers, Tympanometers, Newborn Hearing Screening Devices, Hearing Aid Fitting Equipment, Sound Booths, Wax Management, Video Otoscopes, Balance Assessment and Treatment, Associated Consumable Equipment It is anticipated that expenditure will be in the region of PS12,000,000 to PS16,000,000 in the initial term of this Framework Agreement, with an estimated total value of PS30,000,000 over a 2+2 year term, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. ."
Lot Information
Diagnostic & Fitting Equipment
Audiometers, Tympanometers, Combined Audiometers/Tympanometer, Hearing Aid Fitting Equipment, Balance Equipment, Video Otoscope, Ear Scanner, Sound Booth, Otoacoustic Emissions, Auditory Brainstem Response, Combined Otoacoustic Emissions/Auditory Brain Response, Cortial Auditory Evoked Potentials, Calibration and Maintenance. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS6,100,000.00 to PS7,400,000.00 in the initial term 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.
Newborn HearingAutomated Otoacoustic Emissions Screening Equipment, Automated Auditory Brain Response Screening Equipment, Calibration and Maintenance. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS2,900,000 to PS3,200,000 in the initial term 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.
Wax ManagementMicrosuction Equipment, Irrigation Equipment and Manual Wax Picks. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS380,000 to PS420,000 in the initial term 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.
Audiological DevicesAssistive Listening Devices, Tinnitus Therapy Devices and Personal Hearable Devices. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS42,000 to PS47,000 in the initial term 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.
ConsumablesAudiometer Consumables, Tympanometer Consumables, Fitting Equipment Consumables, Video Otoscope Consumables, Otoacoustic Emissions (OAE) Consumables, Auditory Brainstem Response (ABR) Consumables, Newborn Hearing Screening Consumables and Wax Management Consumables. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS430,000 to PS475,000 in the initial term 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-036a66
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/026502-2022
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
33 - Medical equipments, pharmaceuticals and personal care products
85 - Health and social work services
-
- CPV Codes
32351300 - Audio equipment accessories
33121300 - Electromyographs
33121400 - Audiometers
33124100 - Diagnostic devices
33124130 - Diagnostic supplies
85121240 - ENT or audiologist services
Notice Value(s)
- Tender Value
- £30,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 22 Sep 20223 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 29 May 2023Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS SUPPLY CHAIN OPERATED BY HEALTH SOLUTIONS TEAM LIMITED ACTING AS AGENT OF SUPPLY CHAIN COORDINATION LTD (SCCL)
- Contact Name
- Not specified
- Contact Email
- chelsea.hufton@supplychain.nhs.uk
- Contact Phone
- Not specified
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
- Not specified
-
- Local Authority
- Southwark
- Electoral Ward
- St George's
- Westminster Constituency
- Bermondsey and Old Southwark
Further Information
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-h6vhtk-036a66-2022-09-22T11:26:37+01:00",
"date": "2022-09-22T11:26:37+01:00",
"ocid": "ocds-h6vhtk-036a66",
"description": "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. Whilst it is anticipated that initial expenditure under any forthcoming procurement will be in the region of PS12, 000,000 and PS16,000,000 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 it is likely 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 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 Jaggaer Messaging Centre. REGISTRATION 1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement portal. 2. If not yet registered: - Click on the 'Not Registered Yet' link to access the registration page. - Complete the registration pages as guided by the mini guide found on the landing page. PORTAL ACCESS If registration has been completed: - Login with URL https://nhssupplychain.app.jaggaer.com// . -Click on the \"Supplier Dashboard\" icon and select \"Prior Information Notice\" towards the top right of the screen to open the list of new Prior Information Notices. EXPRESSION OF INTEREST - View PIN content by clicking on the 'VIEW NOTICE' button for the procurement event. This opens a PDF document. - Express an interest by clicking on the 'EXPRESS INTEREST' button. REQUEST FOR INFORMATION DOCUMENT - The Request for Information Document will then be sent to you via the Jaggaer Messaging Centre",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-036a66",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Audiological Equipment Services and Related Consumables 2024",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "33124100",
"description": "Diagnostic devices"
},
"mainProcurementCategory": "goods",
"description": "\"Non-exclusive Framework Agreement (FAG) for the supply to the NHS Supply Chain customer base via the E-Direct route to market for Audiological Equipment Services and Related Consumables. Products include: Hearing Test Equipment, Audiometers, Tympanometers, Newborn Hearing Screening Devices, Hearing Aid Fitting Equipment, Sound Booths, Wax Management, Video Otoscopes, Balance Assessment and Treatment, Associated Consumable Equipment It is anticipated that expenditure will be in the region of PS12,000,000 to PS16,000,000 in the initial term of this Framework Agreement, with an estimated total value of PS30,000,000 over a 2+2 year term, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. .\"",
"value": {
"amount": 30000000,
"currency": "GBP"
},
"lots": [
{
"id": "01",
"title": "Diagnostic & Fitting Equipment",
"description": "Audiometers, Tympanometers, Combined Audiometers/Tympanometer, Hearing Aid Fitting Equipment, Balance Equipment, Video Otoscope, Ear Scanner, Sound Booth, Otoacoustic Emissions, Auditory Brainstem Response, Combined Otoacoustic Emissions/Auditory Brain Response, Cortial Auditory Evoked Potentials, Calibration and Maintenance. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS6,100,000.00 to PS7,400,000.00 in the initial term 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.",
"status": "planned"
},
{
"id": "02",
"title": "Newborn Hearing",
"description": "Automated Otoacoustic Emissions Screening Equipment, Automated Auditory Brain Response Screening Equipment, Calibration and Maintenance. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS2,900,000 to PS3,200,000 in the initial term 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.",
"status": "planned"
},
{
"id": "03",
"title": "Wax Management",
"description": "Microsuction Equipment, Irrigation Equipment and Manual Wax Picks. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS380,000 to PS420,000 in the initial term 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.",
"status": "planned"
},
{
"id": "04",
"title": "Audiological Devices",
"description": "Assistive Listening Devices, Tinnitus Therapy Devices and Personal Hearable Devices. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS42,000 to PS47,000 in the initial term 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.",
"status": "planned"
},
{
"id": "05",
"title": "Consumables",
"description": "Audiometer Consumables, Tympanometer Consumables, Fitting Equipment Consumables, Video Otoscope Consumables, Otoacoustic Emissions (OAE) Consumables, Auditory Brainstem Response (ABR) Consumables, Newborn Hearing Screening Consumables and Wax Management Consumables. Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of PS430,000 to PS475,000 in the initial term 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.",
"status": "planned"
}
],
"items": [
{
"id": "01",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32351300",
"description": "Audio equipment accessories"
},
{
"scheme": "CPV",
"id": "33121400",
"description": "Audiometers"
},
{
"scheme": "CPV",
"id": "33124100",
"description": "Diagnostic devices"
},
{
"scheme": "CPV",
"id": "33124130",
"description": "Diagnostic supplies"
},
{
"scheme": "CPV",
"id": "85121240",
"description": "ENT or audiologist services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Various Locations in the UK"
},
"relatedLot": "01"
},
{
"id": "02",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32351300",
"description": "Audio equipment accessories"
},
{
"scheme": "CPV",
"id": "33121300",
"description": "Electromyographs"
},
{
"scheme": "CPV",
"id": "33124100",
"description": "Diagnostic devices"
},
{
"scheme": "CPV",
"id": "85121240",
"description": "ENT or audiologist services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Various Locations in the UK"
},
"relatedLot": "02"
},
{
"id": "03",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32351300",
"description": "Audio equipment accessories"
},
{
"scheme": "CPV",
"id": "33121400",
"description": "Audiometers"
},
{
"scheme": "CPV",
"id": "33124100",
"description": "Diagnostic devices"
},
{
"scheme": "CPV",
"id": "33124130",
"description": "Diagnostic supplies"
},
{
"scheme": "CPV",
"id": "85121240",
"description": "ENT or audiologist services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Various Locations in the UK"
},
"relatedLot": "03"
},
{
"id": "04",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32351300",
"description": "Audio equipment accessories"
},
{
"scheme": "CPV",
"id": "33121400",
"description": "Audiometers"
},
{
"scheme": "CPV",
"id": "33124100",
"description": "Diagnostic devices"
},
{
"scheme": "CPV",
"id": "33124130",
"description": "Diagnostic supplies"
},
{
"scheme": "CPV",
"id": "85121240",
"description": "ENT or audiologist services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Various Locations in the UK"
},
"relatedLot": "04"
},
{
"id": "05",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32351300",
"description": "Audio equipment accessories"
},
{
"scheme": "CPV",
"id": "33121400",
"description": "Audiometers"
},
{
"scheme": "CPV",
"id": "33124100",
"description": "Diagnostic devices"
},
{
"scheme": "CPV",
"id": "33124130",
"description": "Diagnostic supplies"
},
{
"scheme": "CPV",
"id": "85121240",
"description": "ENT or audiologist services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Various Locations in the UK"
},
"relatedLot": "05"
}
],
"communication": {
"futureNoticeDate": "2023-05-30T00:00:00+01:00",
"atypicalToolUrl": "https://nhssupplychain.app.jaggaer.com/"
}
},
"parties": [
{
"id": "GB-FTS-37867",
"name": "NHS Supply Chain Operated by Health Solutions Team Limited acting as agent of Supply Chain Coordination Ltd (SCCL)",
"identifier": {
"legalName": "NHS Supply Chain Operated by Health Solutions Team Limited acting as agent of Supply Chain Coordination Ltd (SCCL)"
},
"address": {
"streetAddress": "c/o Skipton House, 80 London Road",
"locality": "London",
"region": "UK",
"postalCode": "SE1 6LH",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "chelsea.hufton@supplychain.nhs.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://nhssupplychain.app.jaggaer.com/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "NATIONAL_AGENCY",
"description": "National or federal agency/office"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-37867",
"name": "NHS Supply Chain Operated by Health Solutions Team Limited acting as agent of Supply Chain Coordination Ltd (SCCL)"
},
"language": "en"
}