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.

Contract Award Notice

Complex Disability Equipment - Prosthetic Specialised Services For People Of All Ages With Limb Loss on behalf of NHS England South East

  • First published: 27 May 2025
  • Last modified: 27 May 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

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-h6vhtk-044cef
Published by:
NHS England
Authority ID:
AA20005
Publication date:
27 May 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NHS England South East (the Commissioner) were seeking to secure a Provider who has the capability and capacity to deliver Complex Disability Equipment - Prosthetic Specialised Services to individuals of all ages with Limb Loss.

The service aims to maximise the mobility, independence, and quality of life of the individual, working in collaboration with the patient as equal partners. This aim is achieved by the provision of prostheses (artificial limbs) through a dedicated and specialised multidisciplinary team.

These specialised services seek to empower patients, provide them with information about their condition(s) and offer individual choice(s) about where, how and by whom they are to be treated and allow for a collaboratively agreed prescription(s) to be provided. The ability to return to normal life and work are key service outcomes thereby improving the individual's quality of life.

The contract will be for an initial 60-month period, with the option to extend for a further 48 months (4 x 12-month extensions). Services are due to commence mid-late 2025.

Total financial envelopes as per the ITT were:

£10,961,335 for initial term (inclusive of any VAT that is chargeable and non-recoverable, but excluding any VAT which is chargeable and recoverable).

£19,730,403 including extension options (inclusive of any VAT that is chargeable and non-recoverable, but excluding any VAT which is chargeable and recoverable).

Please note that the commissioning responsibility for this service was delegated on 1st April 2025 by NHS England to NHS Kent & Medway Integrated Care Board, pursuant to section 65 Z5 of the National Health Service Act 2006.

This notice serves as an intention to award a contract under the competitive process of the Provider Selection Regime (PSR).

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

NHS England

London

SE1 8UG

UK

E-mail: scwcsu.procurement@nhs.net

NUTS: UKJ

Internet address(es)

Main address: http://www.england.nhs.uk/south-east/

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

Complex Disability Equipment - Prosthetic Specialised Services For People Of All Ages With Limb Loss on behalf of NHS England South East

Reference number: C328532

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NHS England South East (the Commissioner) were seeking to secure a Provider who has the capability and capacity to deliver Complex Disability Equipment - Prosthetic Specialised Services to individuals of all ages with Limb Loss.

The service aims to maximise the mobility, independence, and quality of life of the individual, working in collaboration with the patient as equal partners. This aim is achieved by the provision of prostheses (artificial limbs) through a dedicated and specialised multidisciplinary team.

These specialised services seek to empower patients, provide them with information about their condition(s) and offer individual choice(s) about where, how and by whom they are to be treated and allow for a collaboratively agreed prescription(s) to be provided. The ability to return to normal life and work are key service outcomes thereby improving the individual's quality of life.

The contract will be for an initial 60-month period, with the option to extend for a further 48 months (4 x 12-month extensions). Services are due to commence mid-late 2025.

Total financial envelopes as per the ITT were:

£10,961,335 for initial term (inclusive of any VAT that is chargeable and non-recoverable, but excluding any VAT which is chargeable and recoverable).

£19,730,403 including extension options (inclusive of any VAT that is chargeable and non-recoverable, but excluding any VAT which is chargeable and recoverable).

Please note that the commissioning responsibility for this service was delegated on 1st April 2025 by NHS England to NHS Kent & Medway Integrated Care Board, pursuant to section 65 Z5 of the National Health Service Act 2006.

This notice serves as an intention to award a contract under the competitive process of the Provider Selection Regime (PSR).

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 19 722 196.17  GBP

II.2) Description

II.2.3) Place of performance

NUTS code:

UKJ

II.2.4) Description of the procurement

NHS England South East (the Commissioner) were seeking to secure a Provider who has the capability and capacity to deliver Complex Disability Equipment - Prosthetic Specialised Services to individuals of all ages with Limb Loss.

The service aims to maximise the mobility, independence, and quality of life of the individual, working in collaboration with the patient as equal partners.

This aim is achieved by the provision of prostheses (artificial limbs) through a dedicated and specialised multidisciplinary team.

These specialised services seek to empower patients, provide them with information about their condition(s) and offer individual choice(s) about where, how and by whom they are to be treated and allow for a collaboratively agreed prescription(s) to be provided. The ability to return to normal life and work are key service outcomes thereby improving the individual's quality of life.

The contract will be for an initial 60-month period, with the option to extend for a further 48 months (4 x 12-month extensions). Services are due to commence mid-late 2025.

The contract value for the initial term is £10,956,775.65. The total contract value including extension options is £19,722,196.17.

Please note that the commissioning responsibility for this service was delegated on 1st April 2025 by NHS England to NHS Kent & Medway Integrated Care Board, pursuant to section 65 Z5 of the National Health Service Act 2006.

This is an existing service to be delivered by a new provider named in the notice.

The Services procured through this tender process are healthcare services subject to the Health Care Services (Provider Selection Regime) Regulations 2023, (PSR), and the process has been undertaken in full accordance with the law. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply.

The procurement followed the Competitive Process, in accordance with Regulation 11.

This notice serves as an intention to award a contract under the competitive process of the Provider Selection Regime (PSR).

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

II.2.5) Award criteria

Quality criterion: Quality & Innovation / Weighting: 41%

Quality criterion: Integration, Collaboration and Service Sustainability / Weighting: 19%

Quality criterion: Improving access, reducing health inequalities and facilitating choice / Weighting: 20%

Quality criterion: Social Value / Weighting: 10%

Cost criterion: Value (completion of a financial model template and a supporting financial narrative, demonstrating delivery within the total financial envelope.) / Weighting: 10%

II.2.11) Information about options

Options: Yes

Description of options:

The contract will be for an initial 60-month period, with the option to extend for a further 48 months (4 x 12-month extensions).

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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2025/S 000-000120

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

24/04/2025

V.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Hugh Steeper Limited

00173865

Unit 3, Stourton Link, Intermezzo Drive

Leeds

LS10 1DF

UK

NUTS: UKE42

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 19 722 196.17  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The decision to award this contract in line with Competitive Process was based on evaluation against the basic selection criteria (in the form of a Selection Questionnaire), which was assessed on a pass/fail basis, and the PSR 5 key criteria, which were assessed on a 0-4 scale, with the below weightings. Several tender questions were asked under each of the key criteria.

Quality & Innovation - 41%

Integration, Collaboration and Service Sustainability - 19%

Improving access, reducing health inequalities, and facilitating choice - 20%

Social Value - 10%

Value - 10%

After conducting a thorough Competitive Process, taking into account the key criteria and applying the basic selection criteria, NHS England South East is content that Hugh Steeper Limited's bid sufficiently met the key criteria and thus can proceed to contract award under the Health Care Services (Provider Selection Regime) Regulations 2023.

Award decisions have been recommended by the Specialised Commissioning Senior Management Team.

There were two potential declarations of conflict of interest made via the conflict of interest process and recorded accordingly. However, both were deemed as for information only, i.e. on review were not considered as conflicts.

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by 3rd June 2025. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

Written representations should be sent to scwcsu.procurement@nhs.net

VI.4) Procedures for review

VI.4.1) Review body

NHS England

London

UK

VI.5) Date of dispatch of this notice

20/05/2025

Coding

Commodity categories

ID Title Parent category
85100000 Health services Health and social work services

Delivery locations

ID Description
100 UK - All

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:
scwcsu.procurement@nhs.net
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.