Section one: Contracting authority
one.1) Name and addresses
NHS England
London
SE1 8UG
Country
United Kingdom
Region code
UKJ - South East (England)
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
http://www.england.nhs.uk/south-east/
Buyer's address
https://health-family.force.com/s/Welcome.
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://atamis-1928.my.site.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://atamis-1928.my.site.com/s/Welcome
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Complex Disability Equipment - Prosthetic Specialised Services For People Of All Ages With Limb Loss on behalf of NHS England South East
Reference number
C328532
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS England South East (the Commissioner) is seeking to secure a Provider who has the capability and capacity to deliver Complex Disability Equipment - Prosthetic Specialised Services to individuals of all ages with Limb Loss.
The service aims to maximise the mobility, independence, and quality of life of the individual, working in collaboration with the patient as equal partners.
This aim is achieved by the provision of prostheses (artificial limbs) through a dedicated and specialised multidisciplinary team.
These specialised services seek to empower patients, provide them with information about their condition(s) and offer individual choice(s) about where, how and by whom they are to be treated and allow for a collaboratively agreed prescription(s) to be provided. The ability to return to normal life and work are key service outcomes thereby improving the individual's quality of life.
The service is expected to cover Kent and Medway.
The total contract value, including extension options is currently expected to be £16,442,002.50 ex VAT (based on current values). All figures are subject to change.
The contract will be for an initial 60-month period, with the option to extend for a further 48 months (4 x 12-month extensions). Services are due to commence in 2025.
TUPE may apply.
All ITT responses must be returned by 12 noon on 14th February 2025, at the latest.
This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome
two.1.5) Estimated total value
Value excluding VAT: £16,442,002.50
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
NHS England South East (the Commissioner) is seeking to secure a Provider who has the capability and capacity to deliver Complex Disability Equipment - Prosthetic Specialised Services to individuals of all ages with Limb Loss.
The service aims to maximise the mobility, independence, and quality of life of the individual, working in collaboration with the patient as equal partners.
This aim is achieved by the provision of prostheses (artificial limbs) through a dedicated and specialised multidisciplinary team.
These specialised services seek to empower patients, provide them with information about their condition(s) and offer individual choice(s) about where, how and by whom they are to be treated and allow for a collaboratively agreed prescription(s) to be provided. The ability to return to normal life and work are key service outcomes thereby improving the individual's quality of life.
This is achieved by providing services that are focused on:
Person (Patient) Centred Service: Informed Patient Choice
• Patient Information Pack
• The patient or their advocates are provided access to all the information necessary to make informed and timely choices
• Collaboratively produced personalised care plans with the
Patient/MDT including individual goal setting and improving and maintaining health and well-being
• The Patient working collaboratively with the MDT may exercise their patient choice to decide by whom they are seen and where they receive their treatment
Timing of Treatment
Appointments need to be agreed, flexible and include emergency appointments. There should be sufficient time allowed for clinicians to work with service users to achieve an optimal outcome at each appointment and over time.
The dynamic nature of rehabilitation means that as the patients goals change so does the rehabilitation and re-ablement programme.
Area of focus to maximise independence would be:
• Education and Advice
• Mobility and Stability
• Activities of Daily Living
• Occupational/Vocational Management
• Recreation
• Social and Psychological Wellbeing
The service is expected to cover Kent and Medway.
The total contract value, including extension options is currently expected to be £16,442,002.50 ex VAT (based on current values). All figures are subject to change.
The contract will be for an initial 60-month period, with the option to extend for a further 48 months (4 x 12-month extensions). Services are due to commence in 2025.
TUPE may apply.
All ITT responses must be returned by 12 noon on 14th February 2025, at the latest.
This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £16,442,002.50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
Subject to renewal at the end of the initial term/optional extension period.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract will be for an initial 60-month period, with the option to extend for a further 48 months (4 x 12-month extensions).
two.2.14) Additional information
Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.
Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.
If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-009805
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 February 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
14 February 2025
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Re-procurement process following initial term/optional extension period.
six.3) Additional information
Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.
Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.
If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.
six.4) Procedures for review
six.4.1) Review body
NHS England
London
Country
United Kingdom