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
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