Tender

Bespoke Orthotics

  • NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

F02: Contract notice

Notice identifier: 2024/S 000-034326

Procurement identifier (OCID): ocds-h6vhtk-041c8b

Published 23 October 2024, 2:45pm



Section one: Contracting authority

one.1) Name and addresses

NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

2nd Floor, Woodland House, Maes-Y-Coed Road

Cardiff

CF14 4HH

Contact

Lucy Jones

Email

Lucy.Jones23@wales.nhs.uk

Telephone

+44 2921500532

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://nwssp.nhs.wales/ourservices/procurement-services/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221

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://etenderwales.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.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://etenderwales.bravosolution.co.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

Bespoke Orthotics

Reference number

MED-OJEU-55945

two.1.2) Main CPV code

  • 33140000 - Medical consumables

two.1.3) Type of contract

Supplies

two.1.4) Short description

The forthcoming contract will be for the provision of Bespoke Orthotic products including Modular Footwear and Bespoke Footwear, Total Contact Insoles (TCI), Repairs and Adaptations, Bespoke Ankle Foot Orthoses and Knee Ankle Foot Orthoses, Mandatory Supplementary Items, Bespoke 3D Printed Footwear and Ankle Foot Orthoses.

Additionally, some Health Boards in Wales also have a requirement for Orthotist provision on a fixed or locum basis, which will be encompassed within the scope of the contract.

This procurement process will result in the award of a Multi Supplier Framework.

The contract will be for a period of four years.

The estimated value stated in this notice is the full four year value.

two.1.5) Estimated total value

Value excluding VAT: £6,500,000

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 Ankle Foot Orthoses & Knee Ankle Foot Orthoses

Lot No

4

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Bespoke Ankle Foot Orthoses & Knee Ankle Foot Orthoses

two.2.5) Award criteria

Quality criterion - Name: Qualification / Weighting: Pass/Fail

Quality criterion - Name: Technical / Weighting: Pass/Fail

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Capped Pricing / Weighting: 3

Price - Weighting: 87

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

Duration in months

48

This contract is subject to renewal

No

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

Mandatory Supplementary Items

Lot No

5

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Mandatory Supplementary Items

two.2.5) Award criteria

Quality criterion - Name: Qualification / Weighting: Pass/Fail

Quality criterion - Name: Technical / Weighting: Pass/Fail

Price - Weighting: 0

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

Duration in months

48

This contract is subject to renewal

No

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 Adaptions

Lot No

3

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Footwear Repairs and Adaptions

two.2.5) Award criteria

Quality criterion - Name: Qualification / Weighting: Pass/Fail

Quality criterion - Name: Technical / Weighting: Pass/Fail

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Capped Pricing / Weighting: 3

Price - Weighting: 87

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

Duration in months

48

This contract is subject to renewal

No

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

Bespoke 3D Printed Footwear & Ankle Foot Orthoses

Lot No

6

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Bespoke 3D Printed Footwear & Ankle Foot Orthoses

two.2.5) Award criteria

Quality criterion - Name: Qualification / Weighting: Pass/Fail

Quality criterion - Name: Technical / Weighting: Pass/Fail

Price - Weighting: 0

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

Duration in months

48

This contract is subject to renewal

No

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

Provision of Orthotists - Fixed

Lot No

7

two.2.2) Additional CPV code(s)

  • 85111600 - Orthotic services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Provision of Orthotists - Fixed

two.2.5) Award criteria

Quality criterion - Name: Qualification / Weighting: Pass/Fail

Quality criterion - Name: Technical / Weighting: Pass/Fail

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Capped Pricing / Weighting: 3

Price - Weighting: 87

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

Duration in months

48

This contract is subject to renewal

No

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

Provision of Orthotists - Locum

Lot No

8

two.2.2) Additional CPV code(s)

  • 85111600 - Orthotic services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Provision of Orthotists - Locum

two.2.5) Award criteria

Quality criterion - Name: Qualification / Weighting: Pass/Fail

Quality criterion - Name: Technical / Weighting: Pass/Fail

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Capped Pricing / Weighting: 3

Price - Weighting: 87

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

Duration in months

48

This contract is subject to renewal

No

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

Modular Footwear and Bespoke Footwear including Total Contact Insole (TCI)

Lot No

1

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Modular Footwear and Bespoke Footwear including Total Contact Insole (TCI)

two.2.5) Award criteria

Quality criterion - Name: Qualification / Weighting: Pass/Fail

Quality criterion - Name: Technical / Weighting: Pass/Fail

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Capped Pricing / Weighting: 3

Price - Weighting: 87

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

Duration in months

48

This contract is subject to renewal

No

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

Total Contact Insoles (TCI)

Lot No

2

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Total Contact Insoles (TCI)

two.2.5) Award criteria

Quality criterion - Name: Qualification / Weighting: Pass/Fail

Quality criterion - Name: Technical / Weighting: Pass/Fail

Price - Weighting: 0

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

Duration in months

48

This contract is subject to renewal

No

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-034777

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

Date

22 November 2024

Local time

12:00pm

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

English, Welsh

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

Tender must be valid until: 1 January 2026

four.2.7) Conditions for opening of tenders

Date

22 November 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

NHS Wales Shared Services Partnership (hosted by Velindre University NHS Trust) operates on behalf of the following organisations;

-Aneurin Bevan University Local Health Board

-Betsi Cadwaladr University Local Health Board

-Cardiff and Vale University Local Health Board

-Cwm Taf Morgannwg University Health Board

-Hywel Dda University Local Health Board

-Swansea Bay University Health Board

-Powys Teaching Local Health Board

-Public Health Wales NHS Trust

-Velindre University NHS Trust

-Welsh Ambulance Services NHS Trust

These organisations and their successors will have access to purchase from the proposed framework agreement.

The contracting authority is not bound to award a contract in whole or part.

The contracting authority will not bear the tender costs of any of the tenderers.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=144962

(WA Ref:144962)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom