Tender

Solihull Wheelchair Service

  • NHS Birmingham and Solihull Clinical Commissioning Group

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2022/S 000-004135

Procurement identifier (OCID): ocds-h6vhtk-0316c2

Published 14 February 2022, 1:09pm



The closing date and time has been changed to:

23 March 2022, 5:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

NHS Birmingham and Solihull Clinical Commissioning Group

First Floor, Wesleyan, Colmore Circus Queensway

Birmingham

B4 6AR

Contact

Michael Barlow

Email

michael.barlow1@nhs.net

Country

United Kingdom

NUTS code

UKG32 - Solihull

Internet address(es)

Main address

https://www.ardengemcsu.nhs.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/68205

one.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=43567&B=AGCSU

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=43567&B=AGCSU

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Solihull Wheelchair Service

Reference number

BSOL-SWS

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

The Solihull Wheelchair Service (SWS) has been run by Solihull Metropolitan Council (SMBC) for a number of years. In November 2019, the Council indicated that they wished to exit the provision of this service as soon as possible. As a consequence the CCG is now seeking to re-procure this service in order that a replacement for SMBC can be put in place.

two.1.5) Estimated total value

Value excluding VAT: £3,050,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33193120 - Wheelchairs

two.2.3) Place of performance

NUTS codes
  • UKG32 - Solihull

two.2.4) Description of the procurement

The Solihull Wheelchair Service (SWS) has been run by Solihull Metropolitan Council (SMBC) for a number of years. In November 2019, the Council indicated that they wished to exit the provision of this service as soon as possible. As a consequence the CCG is now seeking to re-procure this service in order that a replacement for SMBC can be put in place.

NHS Birmingham and Solihull CCG (referred to as the Commissioner) are therefore inviting suitably qualified and experienced providers to express interest in delivering the Service(s), by responding to this opportunity as required and described in this document, and within the published tender. NHS Arden and Greater East Midlands CSU (AGCSU) is acting as an agent for and on behalf of the Commissioner and is supporting the procurement process.

Bidders should note that Clinical Commissioning Groups are currently in the process of being wound up and will shortly be replaced by Integrated Care Boards (ICBs). Dependent on the timing of this, it is possible that the successful contractor will need to enter into a contract with either the newly formed ICB, or to enter into a contract with the current CCG in the knowledge that the contract will be novated to the newly formed ICB in the near future.

two.2.6) Estimated value

Value excluding VAT: £3,050,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

60

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Bidders should note that the maximum contract length shall be sixty (60) months. This includes an initial period of thirty-six (36) months and an option to extend for a further twenty-four (24) months at the sole discretion of the Commissioner.


Section four. Procedure

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

16 March 2022

Local time

5:00pm

Changed to:

Date

23 March 2022

Local time

5:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.3) Additional information

Bidders should note that the Commissioner intends to include in the scope of this procurement a number of additional areas which may be subject to variation into the contract at a later date. Any payment for these additional services will be in addition to the maximum contract value quoted in II.1.5 above, and bidders will be invited to provide a cost for these additions as part of their Financial Model Template (FMT) submission. These areas are as follows:

• Safety restraints (where no mobility issues are present)

• Safety restraints (where the individual is a registered wheelchair user)

• Power chairs for school use (with dual controls where required)

• Attendant only power chairs

• Wheelchair power packs

Bidders should also note that the contract which is being procured also includes occasional use wheelchairs in its scope. It is expected that during the initial stages of the contract the retention of this service will be subject to public consultation. The specification (see appendix E of Schedule 2 of the contract particulars) includes a requirement of the successful bidder to keep records of the number of requests being made for occasional use wheelchairs in order that an informed decision can be made in conjunction with the results of the public consultation. In the event that a decision is taken to remove occasional use wheelchairs from the service, it is the intention of the Commissioner that an appropriate amount of funding, commensurate with the level of activity for this part of the service, will be varied out of the contract.

six.4) Procedures for review

six.4.1) Review body

High Court

Strand

London

WC2A 2LL

Country

United Kingdom