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
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