Opportunity

Orthotics Consumables

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice reference: 2022/S 000-001615

Published 19 January 2022, 3:45pm



Section one: Contracting authority

one.1) Name and addresses

NHS Greater Glasgow and Clyde

Procurement Department, Glasgow Royal Infirmary, 84 Castle Street

Glasgow

G4 0SF

Email

deborah.fulton@ggc.scot.nhs.uk

Telephone

+44 1412114646

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

https://www.nhsggc.org.uk/about-us/procurement/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

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

Orthotics Consumables

Reference number

GGC0715

two.1.2) Main CPV code

  • 33140000 - Medical consumables

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHS Greater Glasgow & Clyde has identified a requirement to tender for Orthotics consumables

The aim is to meet the Orthotists clinical requirements, whilst obtaining the best possible contractual arrangements and to have Ranked Multi Suppliers for each Lot within the tender.

To ensure that when NHS Greater Glasgow & Clyde purchase Orthotics consumables they are legally compliant and meet the current Medical Device Regulations

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Bespoke Footwear

Lot No

1

two.2.2) Additional CPV code(s)

  • 33141740 - Orthopaedic footwear
  • 85111600 - Orthotic services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Multiple sites across NHS Greater Glasgow & Clyde

two.2.4) Description of the procurement

Bespoke Footwear is any footwear not covered by the description for stock and modular and can be of any specification including Diabetic/ rheumatoid specification, +/- cradle corks or any insoles to measures, 3D scans and/or casts made from any material available with unlimited adaptions/ modifications to upper, sole and heel, created from exact measurements

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 x 12 months extension available to this contract

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Stock and Modular Footwear

Lot No

2

two.2.2) Additional CPV code(s)

  • 33141740 - Orthopaedic footwear
  • 85111600 - Orthotic services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Multiple sites across NHS Greater Glasgow & Clyde

two.2.4) Description of the procurement

Stock Footwear is footwear from the supplier catalogue.

-Shoes or Boots

-Any Last

-Any size ( spilt sizes )

-Any material – upper and inner

-Any colour

-Any type of sole from supplier catalogue

-Velcro or Lace fastenings

-Diabetic / Rheumatoid specification

-Up to 4 sole unit adaptions per shoe

Modular Footwear is as stock, but with adaptions/modifications to the last and uppers.

Details of Last and Upper modifications are contained within the uploaded Specification documentation

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 x 12 months extension available to this contract

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Footwear Repair and Adaptation

Lot No

3

two.2.2) Additional CPV code(s)

  • 33141740 - Orthopaedic footwear
  • 85111600 - Orthotic services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Multiple sites across NHS Greater Glasgow & Clyde

two.2.4) Description of the procurement

Repairs of stock, modular and bespoke footwear

Repair and adaptations of patients own footwear

Including:

-External shoe raises

-Rocker soles

-Wedges

-Elongated heels

-Flares

-Sockets

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 x 12 months extension available to this contract

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Custom Insoles

Lot No

4

two.2.2) Additional CPV code(s)

  • 33141740 - Orthopaedic footwear
  • 85111600 - Orthotic services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Multiple sites across NHS Greater Glasgow & Clyde

two.2.4) Description of the procurement

Custom foot orthoses are used when stock (off the shelf) orthotics are not suitable. Custom made insoles/foot orthoses are those made either from a cast, podobox impression, or scan.

The vast majority of insoles (more than 99%) require to be manufactured from modelled Paromed scans both Paromanager v 6 and Paro 360 so it is essential the supplier is able to manufacture from this file type.

-Includes materials (EVA’s, plastic and carbon fibre)

-Includes all base and top covers

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 x 12 months extension available to this contract

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Solid Ankle Foot & Orthosis

Lot No

5

two.2.2) Additional CPV code(s)

  • 33183000 - Orthopaedic support devices
  • 85111600 - Orthotic services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Multiple sites across NHS Greater Glasgow & Clyde

two.2.4) Description of the procurement

All adaptions/ modifications required as specified below.

-Any colour/type of plastic used as part of the draping process

-Stiffeners (ribbed not carbon fibre)

-Any straps required in leather or webbing (including Ankle, calf and forefoot if required)

-Sliding pads on straps

-All pads (e.g. malleolar or arch pads)

-Wedging for alignment

-Contralateral Heel lift same size as alignment wedging

-Transfers

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 x 12 months extension available to this contract

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 February 2022

Local time

1:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

21 February 2022

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: Potential notices will be published either at the end of calendar year 2024 or subsequent years depending on option to uptake extension periods available.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=677977.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

No sub-contracting clause is included as it is not applicable.

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

The non-scored question below has been added within the ITT tender documentation and can be referenced to under Document 13.

"Bidders must demonstrate how they propose to deliver any social, economic and environmental benefits as set out in Document 13 and how any deviations will be remedied. Note, it is not sufficient to simply state adherence, bidders must provide sufficient evidence to allow the bid assessment team to be satisfied this requirement will be met. This may include but not be limited to: procedures and protocols, staff responsibilities, management information statistics"

(SC Ref:677977)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=677977

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Pl

Glasgow

G5 9TW

Country

United Kingdom