Awarded contract

Community Equipment Framework

  • Royal Borough of Kensington and Chelsea

F03: Contract award notice

Notice reference: 2023/S 000-003866

Published 8 February 2023, 1:29pm



Section one: Contracting authority

one.1) Name and addresses

Royal Borough of Kensington and Chelsea

Hornton Street,

London

W8 7NX

Contact

Ravi Sharma

Email

tenders@westminster.gov.uk

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

www.capitalesourcing.com

Buyer's address

www.rbkc.gov.uk

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

Community Equipment Framework

Reference number

prj_WCC_19549

two.1.2) Main CPV code

  • 33100000 - Medical equipments

two.1.3) Type of contract

Supplies

two.1.4) Short description

Notice of Award for the Framework Agreement of the London Community Equipment Consortium tender.

Local authorities in England have a statutory duty to plan for the provision of certain home-based services, including the provision of disability aids and "community equipment", to meet the assessed eligible needs of service users who are ordinarily resident in their area. The supply of Community Equipment is a statutory duty under:

• Care Act 2014 (Adult Social Care only)

• Chronically Sick and Disabled Persons Act 1970

• Children and Families Act 2014

• National Health Service Act 2006

• Health and Safety at Work act 1974 and Regulations

The provision of community equipment to eligible children and adults is vital in helping to achieve efficiency and cost-effectiveness across a range of other local authority and health authority services, and to help achieve local and health authority strategic objectives.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £360,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 33190000 - Miscellaneous medical devices and products
  • 33192100 - Beds for medical use
  • 33192110 - Orthopaedic beds
  • 33192120 - Hospital beds
  • 33192130 - Motorised beds
  • 33192150 - Therapy beds
  • 33192600 - Lifting equipment for health care sector
  • 33193000 - Invalid carriages, wheelchairs and associated devices
  • 33196000 - Medical aids
  • 33196100 - Devices for the elderly
  • 33196200 - Devices for the disabled
  • 39143110 - Beds and bedding and specialist soft furnishings
  • 39143111 - Mattress supports
  • 39143112 - Mattresses
  • 39143123 - Bedside tables
  • 39512300 - Mattress covers
  • 39522510 - Pneumatic mattresses
  • 63121100 - Storage services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 75200000 - Provision of services to the community
  • 85000000 - Health and social work services
  • 85140000 - Miscellaneous health services
  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

Greater London area and neighbouring boroughs

two.2.4) Description of the procurement

The Royal Borough of Kensington and Chelsea (“the Authority”) invited bids for the provision of Community

Equipment. This involves a wide range of activities such as the storage, supply, distribution, repair, collection, recycling,

maintenance and refurbishment of a range of community equipment.

The Authority sought to establish a single-supplier framework agreement (“the Framework”) which will be

available for the Authority and local authorities who are existing or may become future members of the

London Community Equipment Consortium. Further details on the Framework users is set out in VI.3.

The key operational service requirements of the Framework are as follows:

• Placing both the Service Users and Prescribers at the heart of the service to meet their outcomes

• Move to standard 6 day / 12 hours per day operation

• Right First Time - All items delivered and installed on time (without reason coding) in full with all

components, in a clean, safe state that is fit for purpose.

• Reduced dependency of using reason codes as an authority to fail and/or late delivery

• Repairs are effectively triaged to reduce expensive emergency call outs. All repairs will come with a 3-month

warranty as a minimum.

• Offer a range of maintenance solutions, which includes an innovative approach to repair, re-use and recycling

with a good level of general ongoing maintenance coverage. Maintenance should include installation,

regular pre-planned maintenance checks (PPM), breakdown cover, repairs, emergency call out, out of hours

support and decontamination

• A life cycle model to ensure equipment usage is maximized during its useful economic life. Building upon

current equipment review processes, balancing recycling costs with repair costs.

• Focus on recycling and reducing landfill, with the target of most of the service to be carbon neutral during

the lifetime of the contract.

• Effective stock management system with real time reporting and full visibility and tracking of equipment.

• Separate Service Level Agreement with third parties for management of non-standard stock items. These will

be supported with partnership protocols outlined in the contract to provide express terms and parameters,

which will enable a holistic partnership approach between the Consortium, provider and wider supply chain to

meet challenges and explore opportunities for improved working and outcomes.

• Implementation of London Living Wage for provider's staff.

• Move to an electric fleet, reduce mileage by maximizing effective route planning and the number of journeys

made.

• Robust remedies for poor performance for call off contracts and overarching framework contracts.

• Work dynamically with the Consortium, adapting to the changing Community Equipment and Health and

Social Care environments, finding agile, innovative solutions to meet Service Users' needs and make

efficiencies for the Consortium.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Quality criterion - Name: Commercial / Weighting: 40

Price - Weighting: 40

two.2.11) Information about options

Options: No

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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-012055


Section five. Award of contract

Title

London Community Equipment Consortium

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

2 February 2023

five.2.2) Information about tenders

Number of tenders received: 2

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

five.2.3) Name and address of the contractor

Nottingham Rehab Limited (trading as NRS Healthcare)

SHERWOOD HOUSE CARTWRIGHT WAY, FOREST BUSINESS PARK, COALVILLE,

LEICESTERSHIRE

LE67 1UB

Country

United Kingdom

NUTS code
  • UKF21 - Leicester
National registration number

01948041

The contractor is an SME

No

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

Total value of the contract/lot: £360,000,000


Section six. Complementary information

six.3) Additional information

The Framework will be established for an initial term of 5 (five) years. There will be an option for the Authority to extend the duration of the Framework for a further period of two (2) years (a maximum duration of seven (7) years).

The value represents the maximum estimated value of the Framework over its term for existing and potential future London Community Equipment Consortium Members (as described above). The estimated spend for the 21 current consortium members over the duration of the Framework is in the region of £315m.

The Framework will be available for the following existing and potential future members

of the London Community Equipment Consortium:

Existing members:

• City of London Corporation

• London Borough of Barking and Dagenham

• London Borough of Bromley

• London Borough of Camden

• London Borough of Ealing

• London Borough of Hammersmith and Fulham

• London Borough of Haringey

• London Borough of Harrow

• London Borough of Hillingdon

• London Borough of Hounslow

• London Borough of Islington

• London Borough of Lambeth

• London Borough of Lewisham

• London Borough of Richmond Upon Thames

• London Borough of Southwark

• London Borough of Tower Hamlets

• London Borough of Waltham Forest

• London Borough of Wandsworth

• Royal Borough of Greenwich

• Royal Borough of Kensington and Chelsea

• Westminster City Council

Potential future members:

• London Borough of Barnet

• London Borough of Bexley

• London Borough of Brent

• London Borough of Croydon

• London Borough of Enfield

• London Borough of Hackney

• London Borough of Havering

• London Borough of Kingston Upon Thames

• London Borough of Merton

• London Borough of Newham

• London Borough of Sutton

• Berkshire Councils

• Buckinghamshire Council

• Essex County Council

• Hertfordshire County Council

• Kent County Council

• North Central London Clinical Commissioning Group

• North East London Clinical Commissioning Group

• North West London Clinical Commissioning Group

• NHS South West London Clinical Commissioning Group

• NHS South East London Clinical Commissioning Group

The above list is intended to include any statutory successors of those named organisations which, in the case

of the Clinical Commissioning Groups will also include the following:

• North Central London Integrated Care System

• North East London Integrated Care System

• North West London Integrated Care System

• South West London Integrated Care System

• South East London Integrated Care System

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

Country

United Kingdom