Contract award notice

Information

Published

Date of dispatch of this notice: 05/05/2020

External Reference: 2020-592277

TED Reference: 2020/S 090-215857

Contract award notice

Contract award notice

Results of the procurement procedure

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.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) invited 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 were 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 were to develop a patient centred approach to services by delivering a cost effective, high quality service.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  11651014.36  GBP
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 were 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.
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 were 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.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Service Delivery  /  Weighting:  37%
Quality criterion  -  Name:  Premises  /  Weighting:  5%
Quality criterion  -  Name:  HR and Workforce Management  /  Weighting:  10%
Quality criterion  -  Name:  Security/ Information Governance  /  Weighting:  7%
Quality criterion  -  Name:  Diversity and Human Rights  /  Weighting:  6%
Quality criterion  -  Name:  Clinical Governance  /  Weighting:  12%
Quality criterion  -  Name:  Social and Environmental  /  Weighting:  3%
Price  -  Weighting:  20%
II.2.11)

Information about options

Options: yes
Description of options:
Contract has been awarded for Initial term of 3 years with an option to extend for up to further 2 years based on quality and performance of contract.
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 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: 2019/S 221-542276

Section V: Award of contract

Contract No: 1

Title: Technical Questions

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

28/04/2020
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received from SMEs:  2
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Blatchford Ltd
162114
11 Atlas Way, Atlas North
Sheffield
S4 7QQ
UK

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  6671572.00  GBP

Section VI: Complementary information

VI.3)

Additional information

Contract has been awarded for Initial term of 3 years with an option to extend for up to further 2 years based on quality and performance of contract.
Address listed is the Main Orthotic Manufacturing site, with the registered company address and additional listed sites as:
Unit D Antura, Bond Close, Basingstoke, RG24 8PZ and Lister Road Basingstoke Hampshire RG22 4AH
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