web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Morpeth: Contract for the Provision of an Orthotics Service, Bespoke/Made to Measure Orthoses, and Orthoses Repairs and Adaptions (Issue 2)

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2019/S 092-221800/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: Northumbria Healthcare NHS Foundation Trust
Postal address: County Hall
Town: Morpeth
Postal code: NE61 2EF
Country: United Kingdom
Contact Person: Mrs Caroline Parr
Telephone: +44 7919211044
Email: caroline.parr@northumberland.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
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: Contract for the Provision of an Orthotics Service, Bespoke/Made to Measure Orthoses, and Orthoses Repairs and Adaptions (Issue 2)

Reference number: DN405030
II.1.2) Main CPV code: 33141700
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Northumbria Healthcare Trust (the Trust) requires the provision of an orthotics service (CPV 85111600) with the supply of bespoke and made to measure orthoses and the repair and adaption of orthoses. Off the shelf/standard orthoses will be stipulated by the Trust and an approved list of stock items will be provided.
The tender will be divided into 2 lots for the requirements:
Lot 1: Orthotics Service Provision and Bespoke/Made to Measure Orthoses;
Lot 2: Repairs and Adaptions to Orthoses.
Each lot will be evaluated in its own right and tenderers are permitted to bid for 1 or both lots.
Further details of the Contracting Authority’s requirements under the contract and other relevant information are given in tender documents.
II.1.5) Estimated total value:
Value excluding VAT: 1260000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:The Contracting Authority may award both lots to the same tenderer if they are the winning bidder for each lot.

II.2) Description
II.2.1) Title: Lot 1: Orthotics Service Provision and Bespoke/Made to Measure Orthoses

Lot No:1
II.2.2) Additional CPV code(s)
33141700, 33141730, 33141740, 33141760

II.2.3) Place of performance
Nuts code: UKC2
II.2.4) Description of the procurement:
Lot 1: Orthotics Service Provision and Bespoke/Made to Measure Orthoses.
Northumbria Healthcare Trust (the Trust) requires the provision of an orthotics service (CPV 85111600) with the supply of bespoke and made to measure orthoses.
The successful tenderer will be required to provide a cost effective, accessible, specialist orthotics service for children and adults, which includes diagnosis, treatment and fitting of orthoses, and the manufacture of bespoke orthoses.
Northumbria Healthcare Trust has a requirement for 1100 orthotic clinics per year across all sites, including Wansbeck General Hospital, North Tyneside General Hospital, Hexham General Hospital, The Priory/Hexham, Alnwick, Berwick, Blyth, North Tyneside Diabetes Recovery Clinics and the Riverside (includes paediatrics).
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 800000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Initial contract term 24 months with 2 optional 12 months 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
II.2.1) Title: Lot 2: Repairs and Adaptions to Orthoses

Lot No:2
II.2.2) Additional CPV code(s)
33141700, 33141740, 33141760

II.2.3) Place of performance
Nuts code: UKC2
II.2.4) Description of the procurement:
The Lot 2 provider will be required to repair and adapt orthoses as requested by the Orthotist (Lot 1 Service Provider) or Trust’s Orthotics Officer. The Lot 1 provider reserves the right to repair their own custom/bespoke orthoses.
The supplier shall:
— repair any orthosis that the Orthotist can fit back to working condition while trying to retain the original design/purpose,
— make amendments to items which allow orthotic prescriptions to be adhered to,
— turn orders around in 2 weeks,
— collect and deliver all items,
— keep a log of procedures so if in the future the orthosis requires the same amendment or different footwear, the previous can be seen.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 460000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:Initial contract term 24 months with 2 optional 12 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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the 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:2018/S 204-464527
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2019-06-10 Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2019-06-14 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:
Please obtain tender documents from
Tenders and all supporting documents must be priced in pounds sterling and all payments made in relation to any resulting contract(s) will be made in pounds sterling.
Any resulting contract(s) will be considered as contracts made in England according to English law and subject to the exclusive jurisdiction of the English courts. All discussions will be held in the English language. The Contracting Authority does not bind itself it accept the lowest tender or any tender and reserves the right to cancel the award procedure at any time.
The Contracting Authority shall not be liable for any costs incurred by those expressing interest in tendering for this opportunity, including but not limited to where the contract award procedure is cancelled for any reason. The successful tenderer may be required to give an undertaking that it will comply with all UK and EC legislation,standards and applicable guidance.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Royal Courts of Justice
Postal address: The Strand, City of Westminster
Town: London
Postal code: NE61 2EF
Country: United Kingdom
VI.5) Date of dispatch of this notice:2019-05-10