Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Bespoke Orthotics

  • First published: 23 October 2024
  • Last modified: 23 October 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-144962
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
23 October 2024
Deadline date:
22 November 2024
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
Yes

Abstract

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. CPV: 33140000, 33140000, 33140000, 33140000, 33140000, 85111600, 85111600, 33140000, 33140000.

Full notice text

Contract notice

Section I: Contracting authority

I.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

UK

Contact person: Lucy Jones

Telephone: +44 2921500532

E-mail: Lucy.Jones23@wales.nhs.uk

NUTS: UK

Internet address(es)

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

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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/


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Bespoke Orthotics

Reference number: MED-OJEU-55945

II.1.2) Main CPV code

33140000

 

II.1.3) Type of contract

Supplies

II.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.

II.1.5) Estimated total value

Value excluding VAT: 6 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

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

II.2.2) Additional CPV code(s)

33140000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

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

II.2.5) Award criteria

Criteria below:

Quality criterion: Qualification / Weighting: Pass/Fail

Quality criterion: Technical / Weighting: Pass/Fail

Quality criterion: Social Value / Weighting: 10

Quality criterion: Capped Pricing / Weighting: 3

Price / Weighting:  87

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 2

II.2.1) Title

Total Contact Insoles (TCI)

II.2.2) Additional CPV code(s)

33140000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Total Contact Insoles (TCI)

II.2.5) Award criteria

Criteria below:

Quality criterion: Qualification / Weighting: Pass/Fail

Quality criterion: Technical / Weighting: Pass/Fail

Price / Weighting:  0

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 3

II.2.1) Title

Footwear Repair and Adaptions

II.2.2) Additional CPV code(s)

33140000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Footwear Repairs and Adaptions

II.2.5) Award criteria

Criteria below:

Quality criterion: Qualification / Weighting: Pass/Fail

Quality criterion: Technical / Weighting: Pass/Fail

Quality criterion: Social Value / Weighting: 10

Quality criterion: Capped Pricing / Weighting: 3

Price / Weighting:  87

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 4

II.2.1) Title

Bespoke Ankle Foot Orthoses & Knee Ankle Foot Orthoses

II.2.2) Additional CPV code(s)

33140000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Bespoke Ankle Foot Orthoses & Knee Ankle Foot Orthoses

II.2.5) Award criteria

Criteria below:

Quality criterion: Qualification / Weighting: Pass/Fail

Quality criterion: Technical / Weighting: Pass/Fail

Quality criterion: Social Value / Weighting: 10

Quality criterion: Capped Pricing / Weighting: 3

Price / Weighting:  87

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 5

II.2.1) Title

Mandatory Supplementary Items

II.2.2) Additional CPV code(s)

33140000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Mandatory Supplementary Items

II.2.5) Award criteria

Criteria below:

Quality criterion: Qualification / Weighting: Pass/Fail

Quality criterion: Technical / Weighting: Pass/Fail

Price / Weighting:  0

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 6

II.2.1) Title

Bespoke 3D Printed Footwear & Ankle Foot Orthoses

II.2.2) Additional CPV code(s)

33140000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Bespoke 3D Printed Footwear & Ankle Foot Orthoses

II.2.5) Award criteria

Criteria below:

Quality criterion: Qualification / Weighting: Pass/Fail

Quality criterion: Technical / Weighting: Pass/Fail

Price / Weighting:  0

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 7

II.2.1) Title

Provision of Orthotists - Fixed

II.2.2) Additional CPV code(s)

85111600

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Provision of Orthotists - Fixed

II.2.5) Award criteria

Criteria below:

Quality criterion: Qualification / Weighting: Pass/Fail

Quality criterion: Technical / Weighting: Pass/Fail

Quality criterion: Social Value / Weighting: 10

Quality criterion: Capped Pricing / Weighting: 3

Price / Weighting:  87

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 8

II.2.1) Title

Provision of Orthotists - Locum

II.2.2) Additional CPV code(s)

85111600

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Provision of Orthotists - Locum

II.2.5) Award criteria

Criteria below:

Quality criterion: Qualification / Weighting: Pass/Fail

Quality criterion: Technical / Weighting: Pass/Fail

Quality criterion: Social Value / Weighting: 10

Quality criterion: Capped Pricing / Weighting: 3

Price / Weighting:  87

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-034777

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

Date: 22/11/2024

Local time: 12:00

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

EN

CY

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

Tender must be valid until: 01/01/2026

IV.2.7) Conditions for opening of tenders

Date: 22/11/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.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 http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=144962

(WA Ref:144962)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

23/10/2024

Coding

Commodity categories

ID Title Parent category
33140000 Medical consumables Medical equipments
85111600 Orthotic services Hospital services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Lucy.Jones23@wales.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.