Opportunity

LOTL 299-23 Orthotic Consumables

  • NHS Lothian

F02: Contract notice

Notice reference: 2024/S 000-006991

Published 5 March 2024, 12:00pm



Section one: Contracting authority

one.1) Name and addresses

NHS Lothian

Waverley Gate

Edinburgh

EH1 1LB

Contact

John Pittman

Email

john.Pittman1@nhslothian.scot.nhs.uk

Telephone

+44 8454242424

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.nhslothian.scot.nhs.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00326

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.publictendersscotland.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

LOTL 299-23 Orthotic Consumables

Reference number

LOTL 299-23

two.1.2) Main CPV code

  • 33140000 - Medical consumables

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHS Lothian 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 for each Lot within the tender.

To ensure that when NHS Lothian purchase Orthotics consumables they are legally compliant and meet the current

Medical Device Regulations

two.1.5) Estimated total value

Value excluding VAT: £2,180,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

two.2) Description

two.2.1) Title

All Adult Footwear including Bespoke,Modular, Stock & Custom Insoles

Lot No

1

two.2.2) Additional CPV code(s)

  • 33141740 - Orthopaedic footwear
  • 85111600 - Orthotic services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

Across NHS Lothian

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 specification, +/- cradle corks or any insoles to measures, drafts, 3D scans and/or casts made from any material available with unlimited adaptions/ modifications to upper, sole and heel, created from exact measurements.

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

Custom foot orthoses are used when stock (off the shelf) orthoses are not suitable.

Custom made insoles/foot orthoses are those made either from a cast, draft, podobox impression, or scan. Inclusive of cradles. Further details in respect of Lot 1 are contained within the Technical specification.

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: £1,720,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 x twelve month extensions

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

2

two.2.2) Additional CPV code(s)

  • 33141740 - Orthopaedic footwear
  • 85111600 - Orthotic services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

Across NHS Lothian

two.2.4) Description of the procurement

LOT 2: Footwear Repair and Adaptation

Repairs of stock, modular and bespoke footwear

Repair and adaptations of patients own footwear

Including:

-External shoe raises

-Rocker soles (with balanced heel if requested)

-Wedges

-Elongated heels

-Flares

-Sockets

-T straps

-Retaining straps

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: £164,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 x twelve month extensions

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

Ankle Foot Orthosis

Lot No

3

two.2.2) Additional CPV code(s)

  • 33183000 - Orthopaedic support devices
  • 85111600 - Orthotic services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

Across NHS Lothian

two.2.4) Description of the procurement

LOT 3: Ankle Foot Orthosis (AFO)

The tender price must a standard price for each product as above which includes ALL adaptions/ modifications required as specified below.

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

-Transfers

-ALL styles excluding jointed and Northvane insert/piggyback style include

-Stiffeners (ribbed not carbon fibre)

-All straps required in leather or cotton webbing or PVC

-Sliding pads on straps

-Lining (partial and full)

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

-Wedging for alignment

-Extrinsic wedge/raise

-Contralateral Heel lift same size as alignment wedging

AFO- jointed

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

-Transfers

-All joints

-Any straps required in leather or webbing or PVC Sliding pads on straps

-Lining (partial and full)

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

-Wedging for alignment

-Extrinsic wedge/raise

-Contralateral Heel lift same size as alignment wedging

AFO with Northvane insert/Piggy Back Style

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

-Transfers

-All styles

-Stiffeners (ribbed not carbon fibre)

-Any straps required in leather or webbing or PVC Sliding pads on straps

-Lining (partial and full)

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

-Wedging for alignment

-Extrinsic wedge/raise

-Contralateral Heel lift same size as alignment wedging

-Lining (partial and full)

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

-Wedging for alignment

-Extrinsic wedge/raise

-Contralateral Heel lift same size as alignment wedging

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: £296,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 x twelve month extensions

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please see documents on PCS Tender

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please see documents on PCS Tender

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 3

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

4 April 2024

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

4 April 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26265. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:759881)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

Edinburgh

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

Country

United Kingdom