Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Lothian
Waverley Gate
Edinburgh
EH1 1LB
UK
Contact person: John Pittman
Telephone: +44 8454242424
E-mail: john.Pittman1@nhslothian.scot.nhs.uk
NUTS: UKM
Internet address(es)
Main address: http://www.nhslothian.scot.nhs.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00326
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://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
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/
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
LOTL 299-23 Orthotic Consumables
Reference number: LOTL 299-23
II.1.2) Main CPV code
33140000
II.1.3) Type of contract
Supplies
II.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
II.1.5) Estimated total value
Value excluding VAT:
2 180 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 3 lots
II.2) Description
Lot No: 1
II.2.1) Title
All Adult Footwear including Bespoke,Modular, Stock & Custom Insoles
II.2.2) Additional CPV code(s)
33141740
85111600
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
Across NHS Lothian
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
1 720 000.00
GBP
II.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
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
Footwear Repair and Adaptation
II.2.2) Additional CPV code(s)
33141740
85111600
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
Across NHS Lothian
II.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
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
164 000.00
GBP
II.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
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
Ankle Foot Orthosis
II.2.2) Additional CPV code(s)
33183000
85111600
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
Across NHS Lothian
II.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
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
296 000.00
GBP
II.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
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.1.1) 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
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
III.2.2) Contract performance conditions
Please see documents on PCS Tender
III.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 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.
Envisaged maximum number of participants to the framework agreement: 3
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
04/04/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
04/04/2024
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
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)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court
Edinburgh
EH1 1LB
UK
E-mail: edinburgh@scotcourts.gov.uk
VI.5) Date of dispatch of this notice
05/03/2024