Opportunity

Framework for beds, mattresses and wheelchairs both services and products, continence home delivery services plus managed services for all lots.

  • NHS Shared Business Services Ltd (NHS SBS)

F02: Contract notice

Notice reference: 2021/S 000-006139

Published 25 March 2021, 5:06pm



The closing date and time has been changed to:

20 May 2021, 12:00pm

See the change notice.

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

Email

lauren_galloway2@nhs.net

Telephone

+44 1612123720

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

05280446

Internet address(es)

Main address

https://www.sbs.nhs.uk/

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

Email

lauren_galloway2@nhs.net

Telephone

+44 7740417997

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

NHS Shared Business Services

Chandlers Point

Salford

M50 2UW

Email

lauren_galloway2@nhs.net

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

Email

lauren_galloway2@nhs.net

Telephone

+44 7740417997

Country

United Kingdom