Tender

Complex Disability Equipment - Prosthetic Specialised Services For People Of All Ages With Limb Loss on behalf of NHS England South East

  • NHS England

F02: Contract notice

Notice identifier: 2025/S 000-000120

Procurement identifier (OCID): ocds-h6vhtk-044cef

Published 3 January 2025, 5:01pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

London

SE1 8UG

Email

scwcsu.procurement@nhs.net

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