Contract notice

Information

Published

Date of dispatch of this notice: 12/11/2019

Expire date: 13/12/2019

External Reference: 2019-590082

TED Reference: 2019/S 221-542276

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

NHS Derby and Derbyshire Clinical Commissioning Group
na
1st Floor Cardinal Square, 10 Nottingham Road
Derby
DE1 3QT
UK
Contact person: Lisa Innes
Telephone: +44 1332888014
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=30777&B=UK
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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

Orthotic Outpatients Service for Derbyshire 2019
Reference number:  Orthotic Services 2019
II.1.2)

Main CPV code

85140000  -  Miscellaneous health services
II.1.3)

Type of contract

Services
II.1.4)

Short description

NHS Arden and Greater East Midlands Commissioning Support Unit on behalf of NHS Derby & Derbyshire Clinical Commissioning Group (Formally known as NHS Erewash, NHS Hardwick, NHS Southern Derbyshire and NHS North Derbyshire CCG) are inviting Expressions of Interest from suitably qualified providers capable of delivering Orthotic Outpatient services to the patients registered with member GP Practices of NHS Derby & Derbyshire CCG for which they are the responsible commissioner.
The key aims of the Procurement are to provide a community-based, cost effective, accessible specialist orthotics service which includes the diagnosis, treatment, and fitting, maintaining and repairing of orthosis for children and adults in line with the agreed access criteria, responding to changing medical and social needs of the orthotics user.
The key objectives of the procurement are to develop a patient centred approach to services by delivering a cost effective, high quality service.
II.1.5)

Estimated total value

Value excluding VAT: 11651014.36  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

85140000  -  Miscellaneous health services
II.2.3)

Place of performance

Main site or place of performance:  
Derbyshire
II.2.4)

Description of the procurement

The key aims of the Procurement are to provide a community-based, cost effective, accessible specialist orthotics service which includes the diagnosis, treatment, and fitting, maintaining and repairing of orthosis for children and adults in line with the agreed access criteria, responding to changing medical and social needs of the orthotics user.
To provide appropriate orthotics, inclusive of elastic/fabric and custom-made splints. To provide advice to maximise children’s' motor skills, minimise development of contracture and deformity in the growing child and prevent injury in
To facilitate the treatment and rehabilitation of the patient. This is achieved through the assessment of need and the provision of an orthosis that will either remedy or relieve a medical condition or disability and may prevent the development of more disabling conditions.
To provide access to high quality, safe care that gives timely advice, appropriate support, assessment, diagnosis and treatment for patients according to their individual need.
To ensure the service is delivered in line with current policy, learning and best evidence and provide appropriate governance and management for the service
The key objectives of the procurement are to develop a patient centred approach to services by delivering a cost effective, high quality service.
To continuously improve the quality of the services provided.
To be able to systematically identify areas for development and measure improvements made.
To ensure that the services are geared to the needs and concerns of the local population.
To support service user involvement in both practice and service development.
To continue to develop areas of outcome measures, audit and goal planning.
To maintain an open and honest culture where feedback, whether this be in the form of complaint or comment, is encouraged and acted upon.
To develop a relationship, on a managerial and clinical level, based on mutual trust, honesty and integrity.
To provide a service that provides high quality advice and information to service users and/or their carers.
To ensure that the services are geared to the needs and concerns of children and young people and their families including delivering care within appropriate locations.
If you wish to express an interest please register on the EU Supply Portal https://uk.eu-supply.com/login.asp?B=UK. The reference for this service Orthotic Outpatient Service 2019 ID: 37750.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/06/2020  /  End: 31/05/2025
This contract is subject to renewal: yes
Description of renewals:  
Initial term of contract is 3 years form 1st June 2020 to 31st May 2023 with an option to extended for up to a further 2 years until 31st May 2025 based on providers performance.
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:  All professional and/or trade registrations is specified within the tender documentation.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Financial standing requirements for the Procurement are outlined within Document 1 - ITT Process Overview, Section 27.4 Financial Standing
Minimum level(s) of standards possibly required:  
Financial standing requirements for the Procurement are outlined within Document 1 - ITT Process Overview, Section 27.4 Financial Standing
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
All technical capacity and its evaluation criteria are specified within the tender documentation.
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.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 216-493972
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  13/12/2019
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  13/12/2019
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
VI.4)

Procedures for review

VI.4.1)

Review body

Arden & GEM Commissioning Support Unit
2nd Floor North, Cardinal Square, 10 Nottingham Road
Derby
DE1 3QT
UK

VI.4.2)

Body responsible for mediation procedures

NHS Arden & GEM Commissioning Support Unit
2nd Floor North, Cardinal Square, 10 Nottingham Road
Derby
DE1 3Qt
UK

VI.4.4)

Service from which information about the review procedure may be obtained

NHS Arden & GEM Commissioning Support Unit
2nd Floor North, Cardinal Square, 10 Nottingham Road
Derby
DE1 3QT
UK