Section one: Contracting authority
one.1) Name and addresses
Buckinghamshire Council
The Gateway, Gatehouse Road
Aylesbury
HP19 8FF
Contact
Miss Emily Everton
emily.everton@buckinghamshire.gov.uk
Telephone
+44 1296382018
Country
United Kingdom
NUTS code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
https://www.buckinghamshire.gov.uk/
Buyer's address
https://www.buckinghamshire.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.supplybucksbusiness.org.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.supplybucksbusiness.org.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
Provision of a Buckinghamshire Integrated Community Equipment Service
Reference number
DN530161
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Buckinghamshire Council (acting as the Lead Authority), in partnership with Buckinghamshire Clinical Commissioning Group is seeking tenders from suitably experienced and qualified organisations for the provision of a Buckinghamshire Integrated Community Equipment Services (BICES) through the appointment of a single provider.
The option remains that other public authorities may seek to utilise this framework such as Oxfordshire County Council and their associated partners (Oxford University Hospitals NHSFT and Oxford Health NHSFT), NHS bodies and/or Clinical Commissioning Groups.
The current contract between Buckinghamshire Council and the incumbent provider ends on 30th September 2021 and the Councils intention is to call off from the single provider framework as from 1st October 2021. The initial call-off term will be for 5 years with an option to extend for up to a further 24 months.
Whilst no work or volume is guaranteed from the Council, should any participating authority wish to utilise the framework then each authority will enter into a separate call off.
The service will consist of the the timely provision of:
• An Integrated Community Equipment Service (Simple Aids to Daily Living/Complex Aids to Daily Living/Non-catalogue and bespoke items)
• Domestic Lift Maintenance
• Technology Enabled Care (including Monitoring and Response elements)
• Long Term Wheelchair Product Provision and Repair
• Continence Product Provision
• Diagnostic Equipment Provision
• Long Term Conditions Management Service
• Major Adaptations
• Clinician Support Services
For each component of service listed the provider shall also carry out maintenance of equipment, collection of items no longer required, recycling of equipment and robust data gathering to support contract management.
This service will ensure that residents in Buckinghamshire, who have either healthcare or social care needs (or a combination of both) are provided with high quality equipment, aids and/or adaptations that enable them to stay independent and live healthy lives for longer, and crucially to remain at home rather than requiring formal social and healthcare support.
The anticipated annual expenditure for Buckinghamshire Integrated Community Equipment Services in 2020/21 is £8,753,571
Within Oxfordshire, the spend this financial year for the whole contract up to end of November 2020 is £4,322,478.77. Pro-rating current spend for the remainder of the financial year estimates total financial year 2020/21 spend at £6,483,718.16.
Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) may apply to this opportunity.
If your organisation wishes to participate in this process, you need to register with the Buckinghamshire Business Portal. You will be unable to take part if you do not register. Please use the link below and follow the instructions on the website:
www.supplybucksbusiness.org.uk
Tenders must be returned via the Buckinghamshire Business Portal. The tender return date is midday on Tuesday 27th April 2021. Tenders received after this time and date will not be accepted.
two.1.5) Estimated total value
Value excluding VAT: £43,767,855
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ13 - Buckinghamshire CC
two.2.4) Description of the procurement
Buckinghamshire Council (acting as the Lead Authority), in partnership with Buckinghamshire Clinical Commissioning Group is seeking tenders from suitably experienced and qualified organisations for the provision of a Buckinghamshire Integrated Community Equipment Services (BICES) through the appointment of a single provider.
The option remains that other public authorities may seek to utilise this framework such as Oxfordshire County Council and their associated partners (Oxford University Hospitals NHSFT and Oxford Health NHSFT), NHS bodies and/or Clinical Commissioning Groups.
The current contract between Buckinghamshire Council and the incumbent provider ends on 30th September 2021 and the Councils intention is to call off from the single provider framework as from 1st October 2021. The initial call-off term will be for 5 years with an option to extend for up to a further 24 months.
Whilst no work or volume is guaranteed from the Council, should any participating authority wish to utilise the framework then each authority will enter into a separate call off.
The service will consist of the the timely provision of:
• An Integrated Community Equipment Service (Simple Aids to Daily Living/Complex Aids to Daily Living/Non-catalogue and bespoke items)
• Domestic Lift Maintenance
• Technology Enabled Care (including Monitoring and Response elements)
• Long Term Wheelchair Product Provision and Repair
• Continence Product Provision
• Diagnostic Equipment Provision
• Long Term Conditions Management Service
• Major Adaptations
• Clinician Support Services
For each component of service listed the provider shall also carry out maintenance of equipment, collection of items no longer required, recycling of equipment and robust data gathering to support contract management.
This service will ensure that residents in Buckinghamshire, who have either healthcare or social care needs (or a combination of both) are provided with high quality equipment, aids and/or adaptations that enable them to stay independent and live healthy lives for longer, and crucially to remain at home rather than requiring formal social and healthcare support.
The anticipated annual expenditure for Buckinghamshire Integrated Community Equipment Services in 2020/21 is £8,753,571
Within Oxfordshire, the spend this financial year for the whole contract up to end of November 2020 is £4,322,478.77. Pro-rating current spend for the remainder of the financial year estimates total financial year 2020/21 spend at £6,483,718.16.
Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) may apply to this opportunity.
If your organisation wishes to participate in this process, you need to register with the Buckinghamshire Business Portal. You will be unable to take part if you do not register. Please use the link below and follow the instructions on the website:
www.supplybucksbusiness.org.uk
Tenders must be returned via the Buckinghamshire Business Portal. The tender return date is midday on Tuesday 27th April 2021. Tenders received after this time and date will not be accepted.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 55
Price - Weighting: 45
two.2.6) Estimated value
Value excluding VAT: £43,767,855
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2021
End date
30 September 2026
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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
two.2.14) Additional information
There is an option to extend the contract by up to a further 24 months.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The framework agreement will be in place for four year but it is intended that the Call-Off will be for 5 years with an option to extend for up to a further 24 months.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
27 April 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
27 April 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The High Court
The Royal Courts of Justice
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom