Framework Agreement for the Supply of Patient Mobility Products and Services

Award

Value

£250,000,000

Classifications

  • Functional support
  • Orthopaedic supplies
  • Orthopaedic footwear
  • Splints
  • Repair and maintenance services of medical equipment
  • Facilities management services
  • Orthotic services
  • Orthopaedic prostheses
  • Artificial parts of the body
  • Wheelchairs
  • Motorised wheelchairs
  • Parts and accessories for wheelchairs
  • Wheelchair frames
  • Wheelchair wheels
  • Wheelchair tyres
  • Wheelchair cushions
  • Wheelchair seats
  • Repair and maintenance services of wheelchairs

Tags

  • award
  • contract

Published

7 months ago

Description

A framework agreement for the supply of Patient Mobility Products and Services.
Orthotics Products, include modular/bespoke/stock items.
Orthotic Managed Services, include the provision of care and support that expands beyond acute settings to community and home care including initial assessment, prescription, fitting and through life monitoring.
Prosthetics Products, include upper and lower limb prosthesis.
Prosthetic Managed Services, include the provision of care and support that expands beyond acute settings to community and home care including initial assessment, prescription, fitting and through life monitoring.
Wheelchair Products and Associated Accessories, products include manual, powered, sport, lightweight, attendant propelled and custom wheelchairs.	
Specialised Seating Products, products include standard seating, rise, and recline and custom made seating and customisable cushions. 
Wheelchair Repair and Maintenance Managed Services including delivery, collection and storage, repair and maintenance, modification, and reconditioning services, planned preventative maintenance, cleaning and decontamination and emergency call out services.
Wheelchair Managed Services includes, assess, prescribe, and provide wheeled mobility equipment for those with long term mobility needs and wheelchair repair and maintenance service, and prescribe, supply and fit specialised seating products.
Aggregated Lot, facilities the provision to permit Participating Authorities to tailor bespoke products and service specification to accommodate their requirements and contractually commit in advance to purchasing a specified value and/or volume of their requirements.
TERMS AND CONDITIONS / ACTIVITY BASED INCOME (ABI) The terms and conditions of this Agreement and any resulting call-off contract is appended to the ITT. These terms include provisions requiring the payment by the supplier of an ABI management charge in consideration of the award of this Agreement, the management and administration by HTE of the overall contract structure and associated documentation, as well as the requirement to submit regular management information to HTE.
SUBMISSION OF EXPRESSIONS OF INTEREST AND PROCUREMENT INFORMATION
This exercise will be conducted on the HTE Bravo portal. Candidates wishing to be considered must register expressions of interest as follows: Register on the HTE portal at https://healthtrusteurope.bravosolution.co.uk. Login to the portal with username/password. Click the SQs/ITTs Open to All Suppliers link. These are the SQs/ITTs open to any registered supplier. Click on the relevant SQ/ ITT to access the content. Click the Express Interest button at the top of the page. This will move the SQ/ITT into your My SQs/My ITTs page. You can access any attachments by clicking Buyer Attachments in the SQ/ITT Details box. Follow the onscreen instructions to complete the SQ/ITT. Submit your reply using the Submit Response button at the top of the page. If you require any further advice, contact the Bravo e- Tendering Help Desk at [email protected].
HealthTrust Europe utilises the Supplier Registration Service information database, formally known as sid4gov. Candidates are requested to register on the Supplier Registration service at Supplier Registration Service (cabinetoffice.gov.uk) and submit their sid4gov company profile for publication on the database. Candidates already registered on Supplier Registration Service must ensure that information is up to date. Where access to sid4gov is unavailable, please contact the helpdesk at [email protected].
Please note that, at present, sid4gov does not prepopulate any fields of the SQ on the Portal, and therefore Potential Providers must complete the Qualification and Selection Envelopes of the SQ in Bravo in full.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Security and Cleaning Services

London Universities Purchasing Consortium (LUPC) is establishing a multi-supplier framework agreement for the provision of security services, cleaning services, and combined security and cleaning services. The framework will support eligible members in procuring high-quality, compliant, and cost-effective services across a variety of environments, including education, research, healthcare, cultural, and wider public sector settings. The framework is structured into three Lots: Lot 1 – Security Services Covers the provision of staffed security services, including but not limited to static guarding, mobile patrols, keyholding, alarm response, CCTV monitoring, and event security. Services may be required at sites with varied operational requirements and risk profiles. Lot 2 – Cleaning Services Encompasses the delivery of general, periodic, and specialist cleaning services. This includes deep cleaning, high-level cleaning, window cleaning, and cleaning in specialised environments such as laboratories or clinical areas. Related waste and hygiene management activities may also be included. Lot 3 – Combined Security and Cleaning Services Designed for members requiring integrated delivery of both security and cleaning services. This Lot enables combined service provision under a single contract or coordinated management model, supporting streamlined operations and improved service continuity where appropriate. The framework will provide a compliant route to market that promotes quality, value for money, sustainability, and social value.

Katy Reed

Published 19 hours ago
Open

Royal Free London NHS Foundation Trust Renal Dialysis Service Managed Service Agreement.

Royal Free London NHS Foundation Trust ("RFL") is seeking to procure renal dialysis provision through a partnership with an independent dialysis provider contracted under a Managed Service Agreement (MSA) to work together as a long-term strategic partner. This is in response to a requirement for the Trust to relocate its renal service from an existing kidney care unit based on the St Pancras Hospital site, currently undergoing redevelopment and is also intended to future proof dialysis capacity, which is under significant strain given ongoing growth in demand. The MSA contract scope: • The MSA will include the potential for the provision of clinical (nursing) services, clinical and non-clinical supply chain, medical and non-medical equipment, soft and hard facilities provision and management. There should be provision for nursing, admin and support services staff to be provided by the industry partner under the MSA. • The MSA will have two separate contracts with two separate contract prices and two separate invoicing trails for a) clinical services and b) facilities management services. It is RFL's preference to contract with one lead provider for both contracts, however, this does not rule out subcontract arrangements between providers, which could include SMEs and VCSEs. • Clinical services will not be required for the first dialysis unit opened under the MSA as NHS employed staff will transfer from the current St. Pancras Hospital location. • The industry partner will hold/novate the lease/s for any units commissioned under the MSA. • The industry partner will provide any capital funding required and undertake refurbishment, remedial works and/or supply equipment required to make the units fit for purpose operationally. • RFL will reimburse an industry partner on a pay-per-treatment basis and will not guarantee minimum levels of activity. • The first kidney care unit should be operational by February 2027 and must accommodate infrastructure for at least 60 dialysis stations and 10 outpatient rooms. • A second unit (with or without clinical service delivered via an independent dialysis provider) is not guaranteed but is likely to be operational between 2030 and 2032 and must accommodate infrastructure for between 30 dialysis stations.

Katy Reed

Published 3 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete