- Scope of the procurement
- Lot 4. Bespoke Ankle Foot Orthoses & Knee Ankle Foot Orthoses
- Lot 5. Mandatory Supplementary Items
- Lot 3. Footwear Repair and Adaptions
- Lot 6. Bespoke 3D Printed Footwear & Ankle Foot Orthoses
- Lot 7. Provision of Orthotists - Fixed
- Lot 8. Provision of Orthotists - Locum
- Lot 1. Modular Footwear and Bespoke Footwear including Total Contact Insole (TCI)
- Lot 2. Total Contact Insoles (TCI)
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
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