Hysbysiad gwybodaeth ymlaen llaw
Hysbysiad gwybodaeth ymlaen llaw yn unig yw hwn
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
The Collaborative Procurement partnership LLP acting on behalf of Supply Chain Coordination Ltd, a Management Function of NHS Supply Chain
Foxbridge Way
Normanton
WF6 1TN
UK
Person cyswllt: Jacqueline Powell
E-bost: jacqueline.powell@supplychain.nhs.uk
NUTS: UKE45
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.supplychain.nhs.uk
I.3) Cyfathrebu
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
I.4) Y math o awdurdod contractio
Asiantaeth/swyddfa genedlaethol neu ffederal
I.5) Prif weithgaredd
Iechyd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Orthotic Services and Associated Consumables
II.1.2) Prif god CPV
33000000
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
The intent is to establish an overarching non-exclusive Framework Agreement with a scope which will include Orthotic Services, Orthotic, Podiatry and associated consumables. The lot structure is currently being developed but is intended to have a separate lot for Orthotic Services, with consumables, modular and bespoke product, a lot for products only and a lot for services only.
The intended commencement date for this potential framework agreement will be 1.5.2020 with a 2-year term, with a further option to extend in periods up to 30.4.2024.
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 40 000 000 to 53 000 000 GBP in the first year. However this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. The estimated total value over the full life of the Framework will be in the region of 160 000 000 GBP to 212 000 000.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 80 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Orthotic Services, with Consumables, Modular and Bespoke Product Managed Services
II.2.2) Cod(au) CPV ychwanegol
33000000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
For the provision of an Orthotic service, including the provision of an Orthotist and Orthotics Consumables for new and existing patients.
II.2.14) Gwybodaeth ychwanegol
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 13 000 000 GBP to 15 000 000 GBP 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.
Rhif y Lot 2
II.2.1) Teitl
Orthotic and Podiatry Products
II.2.2) Cod(au) CPV ychwanegol
33190000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
This framework agreement is anticipated to cover a range of products that would typically be used in supply of orthotics and podiatry items. The range includes (but not limited to): podiatry adhesives and bonding cervical orthoses, head orthoses, hip orthoses, hip protector impression products. Materials and sheeting podiatry appliance and equipment protection and care spinal orthoses (including TLSO LSO) foot treatment and correction (including insoles foot orthoses creams and ointments dopplers and tourniqet temporary shoes).
Upper limb orthoses (including digit finger/thumb hand wrist elbow and shoulder orthoses) other lower limb orthoses (including digit toe ankle and knee) and bespoke orthoses including foot (made to measure stock modular) lower limb upper limb spinal head adaptations and repairs and surgical spring trusses.
II.2.14) Gwybodaeth ychwanegol
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 17 000 000 GBP to 23 000 000 GBP 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.
Rhif y Lot 3
II.2.1) Teitl
For the Provision of an Orthotist Who Will Be Expected to Provide Professional Input Into The Team, in Particular Regarding the Recommendation of the Appropriate Orthosis
II.2.2) Cod(au) CPV ychwanegol
33000000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
For the provision of an orthotist who will be expected to provide professional input into the team, in particular regarding the recommendation of the appropriate orthoses.
II.2.14) Gwybodaeth ychwanegol
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 10 000 000 GBP to 15 000 000 GBP 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.
II.3) Dyddiad amcangyfrifedig ar gyfer cyhoeddi’r hysbysiad contract:
10/07/2019
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
Applicants will be required to include evidence of the following certification with their tender submission:
— ISO 9001:2015 or equivalent certificates to cover all segments of the applicant's (and the product's) supply chain. If certificates are not in the name of the applicant then agreements must show 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.
Whilst it is anticipated that initial expenditure under any forthcoming procurement will be in the region of 80 000 000 GBP to 105 000 000 GBP 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.
Under the Framework Agreement there will be 2 different methods of supply — Non-Direct Contract Products and 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 and 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.
For Direct Contract Products the supplier will be required to report to and pay a direct contract management fee to NHS Supply Chain as detailed in the tender documents.
NHS Supply Chain is currently considering the use of lots for this procurement. However, it reserves the right not to as part of any future tender process.
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 RFI document in respect of the products which are the subject of this procurement then please follow the below instructions:
Candidates wishing to complete the RFI must register their expression of interest. The RFI document will then be sent via the Intenda Messaging Centre.
Registration:
1) Use URL http://procurement.supplychain.nhs.uk/ISS/ 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: http://procurement.supplychain.nhs.uk/ISS/
— click on the “Applicant Dashboard” icon to open the list of new procurement events.
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 RFI document will then be sent to you via the Intenda Messaging Centre.
VI.5) Dyddiad anfon yr hysbysiad hwn
26/02/2019