Section one: Contracting authority
one.1) Name and addresses
Leicester City Council
City Hall, 115 Charles Street
Leicester
LE1 1FZ
Contact
Mr Ashok Chotalia
procurement-asc@leicester.gov.uk
Telephone
+44 1164542383
Country
United Kingdom
NUTS code
UKF21 - Leicester
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Leicestershire County Council
County Hall
Leicester
Contact
Mr Ashok Chotalia
procurement-asc@leicester.gov.uk
Telephone
+44 1164542383
Country
United Kingdom
NUTS code
UKF22 - Leicestershire CC and Rutland
Internet address(es)
Main address
one.1) Name and addresses
Rutland County Council
Catmose Park Rd
Oakham
Contact
Mr Ashok Chotalia
procurement-asc@leicester.gov.uk
Telephone
+44 1164542383
Country
United Kingdom
NUTS code
UKF22 - Leicestershire CC and Rutland
Internet address(es)
Main address
one.1) Name and addresses
Leicester City NHS Clinical Commissioning Group
St John's House, 30 East Street
Leicester
Contact
Mr Ashok Chotalia
procurement-asc@leicester.gov.uk
Telephone
+44 1164542383
Country
United Kingdom
NUTS code
UKF21 - Leicester
Internet address(es)
Main address
https://www.leicestercityccg.nhs.uk
one.1) Name and addresses
West Leicestershire NHS Clinical Commissioning Group
56 Wood Gate
Loughborough
Contact
Mr Ashok Chotalia
procurement-asc@leicester.gov.uk
Telephone
+44 1164542383
Country
United Kingdom
NUTS code
UKF22 - Leicestershire CC and Rutland
Internet address(es)
Main address
https://www.westleicestershireccg.nhs.uk
one.1) Name and addresses
East Leicestershire & Rutland Clinical Commissioning Group
County Hall
Leicester
Contact
Mr Ashok Chotalia
procurement-asc@leicester.gov.uk
Telephone
+44 1164542383
Country
United Kingdom
NUTS code
UKF22 - Leicestershire CC and Rutland
Internet address(es)
Main address
https://eastleicestershireandrutlandccg.nhs.uk
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=f57aa3d4-d949-eb11-8106-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=f57aa3d4-d949-eb11-8106-005056b64545
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ASC0260 - Integrated Community Equipment Loans Service
Reference number
DN486001
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Leicester City Council invites Tenders from suitably qualified and experienced organisations for the provision of the Integrated Community Equipment Loan Service (ICELS) to be commissioned by Leicester City Council for itself and its health and social care partners within Leicester, Leicestershire and Rutland. Leicester City Council acts as the lead commissioner and host organisation under a formal partnership agreement with its partners.
• Leicestershire County Council
• Rutland County Council
• Leicester City NHS Clinical Commissioning Group
• West Leicestershire NHS Clinical Commissioning Group
• East Leicestershire & Rutland NHS Clinical Commissioning Group
This tender provides details of the ICELS whose primary function is to provide the logistics in relation to placing orders, delivering, installation, repair, collection, maintenance, storing, cleaning and refurbishing of all equipment, underpinned and supported by an IT system. The service will need to closely align with and support the future development of existing health and social care services that support independent living in the community, rehabilitation, facilitate early discharge from acute settings, reduce admissions and readmissions, provide end of life and palliative care and provide support to carers. Leicester City Council directly manages a staffed and resourced ICELS Support Service which will monitor the performance of the services delivered under the Contract on behalf of partners and a clinical team who undertake proactive recall and triage for equipment on behalf of partners. The Provider will be required to provide office space and other facilities to enable the ICELS Team to work from the providers base. The proposed Contract will be for an initial period of 5 years to commence on 1st April 2022, with an option to extend, subject to satisfactory performance outcomes and agreement by the Authority, for a further 2 periods of up to a maximum of 12 months for each period of extension, up to a total of 2 years, taking the contract term to a maximum of 7 years.
two.1.5) Estimated total value
Value excluding VAT: £42,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKF21 - Leicester
- UKF22 - Leicestershire CC and Rutland
two.2.4) Description of the procurement
The proposed Contract will be for an initial period of 5 years to commence on 1st April 2022, with an option to extend, subject to satisfactory performance outcomes and agreement by the Authority, for a further 2 periods of up to a maximum of 12 months for each period of extension, up to a total of 2 years, taking the contract term to a maximum of 7 years. The ITT documentation contains a detailed specification of requirements.
two.2.5) Award criteria
Quality criterion - Name: Quality (Non Price) Weighting / Weighting: 75
Price - Weighting: 25
two.2.6) Estimated value
Value excluding VAT: £42,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
The proposed Contract will be for an initial period of 5 years to commence on 1st April 2022, with an option to extend, subject to satisfactory performance outcomes and agreement by the Authority, for a further 2 periods of up to a maximum of 12 months for each period of extension, up to a total of 2 years, taking the contract term to a maximum of 7 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The proposed Contract will be for an initial period of 5 years to commence on 1st April 2022, with an option to extend, subject to satisfactory performance outcomes and agreement by the Authority, for a further 2 periods of up to a maximum of 12 months for each period of extension, up to a total of 2 years, taking the contract term to a maximum of 7 years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 February 2021
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
26 February 2021
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Construction and Technology Court (Queens Bench Division)
Priory Courts,, 33 Bull Street
Birmingham
B4 6DS
Country
United Kingdom