- Scope of the procurement
- Lot 1 Daily Living Equipment
- Lot 2 A Continence Products and Home Delivery Service (Fully Managed Service
- Lot 2 B Continence Delivery Service to include Continence and other Homecare products
- Lot 2 C Continence Innovative technology- record data of product usage & suggest cost efficiencies
- Lot 3 A Wheelchair products
- Lot 3 B Wheelchair services
- Lot 4 Community Bed Frames and Dynamic and Static Mattresses Systems Services Repairs Install
- Lot 5 Acute Beds and Mattresses Products and Services
- Lot 6 Moving and Handling Equipment
- Lot 7 Managed Services and Contracted Out Service Integrated Community Equipment Service (ICES)
Section one: Contracting authority
one.1) Name and addresses
NHS Shared Business Services Ltd (NHS SBS)
Halyard Court, 31 Broadway, The Quays
M50 2UW
Salford
Contact
Lauren Galloway
Telephone
+44 1612123720
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
05280446
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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=36794&B=NHSSBS
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=36794&B=NHSSBS
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Joint venture between Department of Health and Social Care and Sopra Steria
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework for beds, mattresses and wheelchairs both services and products, continence home delivery services plus managed services for all lots.
Reference number
10015 Community Framework
two.1.2) Main CPV code
- 33000000 - Medical equipments, pharmaceuticals and personal care products
two.1.3) Type of contract
Supplies
two.1.4) Short description
Framework for beds, mattresses and wheelchairs both services and products, continence home delivery services plus managed services for all lots. Available for all public service bodies including community and acute.
two.1.5) Estimated total value
Value excluding VAT: £240,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 Daily Living Equipment
Lot No
1
two.2.2) Additional CPV code(s)
- 33196000 - Medical aids
- 33196100 - Devices for the elderly
- 33196200 - Devices for the disabled
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
M50 2UW
two.2.4) Description of the procurement
Lot 1 Daily Living Equipment
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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) Description
two.2.1) Title
Lot 2 A Continence Products and Home Delivery Service (Fully Managed Service
Lot No
2
two.2.2) Additional CPV code(s)
- 33141621 - Incontinence kit
- 85142400 - Home delivery of incontinence products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
M50 2UW
two.2.4) Description of the procurement
Lot 2 A Continence Products and Home Delivery Service (Fully Managed Service)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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) Description
two.2.1) Title
Lot 2 B Continence Delivery Service to include Continence and other Homecare products
Lot No
3
two.2.2) Additional CPV code(s)
- 33141621 - Incontinence kit
- 85142400 - Home delivery of incontinence products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
M50 2UW
two.2.4) Description of the procurement
Lot 2 B Continence Delivery Service to include Continence and other Homecare products (received at a central point, for onward distribution and other distribution points)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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) Description
two.2.1) Title
Lot 2 C Continence Innovative technology- record data of product usage & suggest cost efficiencies
Lot No
4
two.2.2) Additional CPV code(s)
- 33141621 - Incontinence kit
- 85142400 - Home delivery of incontinence products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
M50 2UW
two.2.4) Description of the procurement
Lot 2 C – Innovative technology to record data of product usage or to suggest cost efficiencies or other innovations
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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) Description
two.2.1) Title
Lot 3 A Wheelchair products
Lot No
5
two.2.2) Additional CPV code(s)
- 33193120 - Wheelchairs
- 33193121 - Motorised wheelchairs
- 33193200 - Parts and accessories for invalid carriages and wheelchairs
- 33193210 - Parts and accessories for invalid carriages
- 33193211 - Motors for invalid carriages
- 33193212 - Steering devices for invalid carriages
- 33193213 - Control devices for invalid carriages
- 33193214 - Chassis for invalid carriages
- 33193220 - Parts and accessories for wheelchairs
- 33193221 - Wheelchair cushions
- 33193222 - Wheelchair frames
- 33193223 - Wheelchair seats
- 33193224 - Wheelchair wheels
- 33193225 - Wheelchair tyres
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
M50 2UW
two.2.4) Description of the procurement
Lot 3 A Wheelchair Products
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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) Description
two.2.1) Title
Lot 3 B Wheelchair services
Lot No
6
two.2.2) Additional CPV code(s)
- 33193100 - Invalid carriages and wheelchairs
- 33193110 - Invalid carriages
- 33193120 - Wheelchairs
- 33193121 - Motorised wheelchairs
- 33193200 - Parts and accessories for invalid carriages and wheelchairs
- 33193210 - Parts and accessories for invalid carriages
- 33193211 - Motors for invalid carriages
- 33193212 - Steering devices for invalid carriages
- 33193213 - Control devices for invalid carriages
- 33193214 - Chassis for invalid carriages
- 33193220 - Parts and accessories for wheelchairs
- 33193221 - Wheelchair cushions
- 33193222 - Wheelchair frames
- 33193223 - Wheelchair seats
- 33193224 - Wheelchair wheels
- 33193225 - Wheelchair tyres
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
M50 2UW
two.2.4) Description of the procurement
Lot 3 A Wheelchair Services
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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) Description
two.2.1) Title
Lot 4 Community Bed Frames and Dynamic and Static Mattresses Systems Services Repairs Install
Lot No
7
two.2.2) Additional CPV code(s)
- 33192100 - Beds for medical use
- 33192130 - Motorised beds
- 33192140 - Psychiatric couches
- 33192150 - Therapy beds
- 39143111 - Mattress supports
- 39143112 - Mattresses
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
M50 2UW
two.2.4) Description of the procurement
Lot 4: Community Bed Frames and Dynamic and Static Mattresses Systems Services Repairs Installations
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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) Description
two.2.1) Title
Lot 5 Acute Beds and Mattresses Products and Services
Lot No
8
two.2.2) Additional CPV code(s)
- 33192100 - Beds for medical use
- 33192110 - Orthopaedic beds
- 33192120 - Hospital beds
- 33192130 - Motorised beds
- 33192140 - Psychiatric couches
- 33192150 - Therapy beds
- 39143112 - Mattresses
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
M50 2UW
two.2.4) Description of the procurement
Lot 5 Acute Beds and Mattresses Products and Services (including Mental Health, Bariatric and Paediatric):
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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) Description
two.2.1) Title
Lot 6 Moving and Handling Equipment
Lot No
9
two.2.2) Additional CPV code(s)
- 33192600 - Lifting equipment for health care sector
- 33196000 - Medical aids
- 33196100 - Devices for the elderly
- 33196200 - Devices for the disabled
- 42400000 - Lifting and handling equipment and parts
- 42410000 - Lifting and handling equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
M50 2UW
two.2.4) Description of the procurement
Lot 6: Moving and Handling Equipment
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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) Description
two.2.1) Title
Lot 7 Managed Services and Contracted Out Service Integrated Community Equipment Service (ICES)
Lot No
10
two.2.2) Additional CPV code(s)
- 42410000 - Lifting and handling equipment
- 85110000 - Hospital and related services
- 85140000 - Miscellaneous health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
M50 2UW
two.2.4) Description of the procurement
Lot 7: Managed Services and Contracted Out Service Integrated Community Equipment Service (ICES) Provision
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Selection criteria as stated in the procurement documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Selection criteria as stated in the procurement documents
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 several operators
Envisaged maximum number of participants to the framework agreement: 150
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: 2020/S 001-599413
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
11 May 2021
Local time
12:00pm
Changed to:
Date
20 May 2021
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 13 July 2021
four.2.7) Conditions for opening of tenders
Date
11 May 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The duration referenced in Section II.2.7) is for the placing of orders.
The value provided in Section II.1.5) is only an estimate. We cannot guarantee to successful suppliers any
business through this framework agreement. Spend and volumes may vary throughout the life of the framework
agreement from the anticipated levels given in this notice.
The framework will be for the benefit, and on behalf, of public sector bodies, details of such bodies can be
accessed at: https://www.sbs.nhs.uk/proc-framework-agreements-support
In addition, if provided for in the contract documents, NHS SBS may extend the scope and benefit of the
framework agreement to private sector bodies, subject to the approval of NHS SBS. Whilst NHS SBS is not
required by procurement legislation to do so, it has extended the principles of public procurement rules to
provide its private sector customers with the best value and open and transparent procurement procedures.
The envisaged maximum number of participants to the framework agreement, stated in IV.1.3) is an estimate
and is subject to change.
six.4) Procedures for review
six.4.1) Review body
NHS Shared Business Services
Chandlers Point
Salford
M50 2UW
Telephone
+44 7740417997
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
NHS Shared Business Services
Chandlers Point
Salford
M50 2UW
Telephone
+44 7740417997
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
NHS Shared Business Services
Chandlers Point
Salford
M50 2UW
Telephone
+44 7740417997
Country
United Kingdom