Opportunity

Community Equipment Framework

  • Royal Borough of Kensington and Chelsea

F02: Contract notice

Notice reference: 2022/S 000-012055

Published 9 May 2022, 5:06pm



Section one: Contracting authority

one.1) Name and addresses

Royal Borough of Kensington and Chelsea

Hornton Street,

London

W8 7NX

Contact

Ravi Sharma

Email

tenders@westminster.gov.uk

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

www.capitalesourcing.com

Buyer's address

www.rbkc.gov.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

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

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

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

Community Equipment Framework

Reference number

prj_WCC_19549

two.1.2) Main CPV code

  • 33100000 - Medical equipments

two.1.3) Type of contract

Supplies

two.1.4) Short description

Local authorities in England have a statutory duty to plan for the provision of certain home-based services, including the provision of disability aids and "community equipment", to meet the assessed eligible needs of service users who are ordinarily resident in their area. The supply of Community Equipment is a statutory duty under:

• Care Act 2014 (Adult Social Care only)

• Chronically Sick and Disabled Persons Act 1970

• Children and Families Act 2014

• National Health Service Act 2006

• Health and Safety at Work act 1974 and Regulations

The provision of community equipment to eligible children and adults is vital in helping to achieve efficiency and cost-effectiveness across a range of other local authority and health authority services, and to help achieve local and health authority strategic objectives.

two.1.5) Estimated total value

Value excluding VAT: £360,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 33190000 - Miscellaneous medical devices and products
  • 33192100 - Beds for medical use
  • 33192110 - Orthopaedic beds
  • 33192120 - Hospital beds
  • 33192130 - Motorised beds
  • 33192150 - Therapy beds
  • 33192600 - Lifting equipment for health care sector
  • 33193000 - Invalid carriages, wheelchairs and associated devices
  • 33196000 - Medical aids
  • 33196100 - Devices for the elderly
  • 33196200 - Devices for the disabled
  • 39143110 - Beds and bedding and specialist soft furnishings
  • 39143111 - Mattress supports
  • 39143112 - Mattresses
  • 39143123 - Bedside tables
  • 39512300 - Mattress covers
  • 39522510 - Pneumatic mattresses
  • 63121100 - Storage services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 75200000 - Provision of services to the community
  • 85000000 - Health and social work services
  • 85140000 - Miscellaneous health services
  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

Greater London area and neighbouring boroughs

two.2.4) Description of the procurement

The Royal Borough of Kensington and Chelsea (“the Authority”) invites bids for the provision of Community Equipment.

This involves a wide range of activities such as the storage, supply, distribution, repair, collection, recycling, maintenance and refurbishment of a range of community equipment.

The Authority is seeking to establish a single-supplier framework agreement (“the Framework”) which will be available for the Authority and local authorities who are existing or may become future members of the London Community Equipment Consortium. Further details on the Framework users is set out in II.2.11.

The key operational service requirements of the Framework are as follows:

• Placing both the Service Users and Prescribers at the heart of the service to meet their outcomes

• Move to standard 6 day / 12 hours per day operation

• Right First Time - All items delivered and installed on time (without reason coding) in full with all components, in a clean, safe state that is fit for purpose.

• Reduced dependency of using reason codes as an authority to fail and/or late delivery

• Repairs are effectively triaged to reduce expensive emergency call outs. All repairs will come with a 3-month warranty as a minimum.

• Offer a range of maintenance solutions, which includes an innovative approach to repair, re-use and re-cycling with a good level of general ongoing maintenance coverage. Maintenance should include installation, regular pre-planned maintenance checks (PPM), breakdown cover, repairs, emergency call out, out of hours support and decontamination

• A life cycle model to ensure equipment usage is maximized during its useful economic life. Building upon current equipment review processes, balancing recycling costs with repair costs.

• Focus on recycling and reducing landfill, with the target of most of the service to be carbon neutral during the lifetime of the contract.

• Effective stock management system with real time reporting and full visibility and tracking of equipment.

• Separate Service Level Agreement with third parties for management of non-standard stock items. These will be supported with partnership protocols outlined in the contract to provide express terms and parameters, which will enable a holistic partnership approach between the Consortium, provider and wider supply chain to meet challenges and explore opportunities for improved working and outcomes.

• Implementation of London Living Wage for provider's staff.

• Move to an electric fleet, reduce mileage by maximizing effective route planning and the number of journeys made.

• Robust remedies for poor performance for call off contracts and overarching framework contracts.

• Work dynamically with the Consortium, adapting to the changing Community Equipment and Health and Social Care environments, finding agile, innovative solutions to meet Service Users' needs and make efficiencies for the Consortium.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £360,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

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: Yes

Description of options

The Framework will be established for an initial term of 5 (five) years. There will be an option for the Authority to extend the duration of the Framework for a further period of two (2) years (a maximum duration of seven (7) years).

The estimated value in II.1.5 and II.2.6 represents the maximum estimated value of the Framework over its term for existing and potential future London Community Equipment Consortium Members (as described above). The estimated spend for the 21 current consortium members over the duration of the Framework is in the region of £315m.

Continued from II.2.4: The Framework will be available for the following existing and potential future members of the London Community Equipment Consortium:

Existing members:

• City of London Corporation

• London Borough of Barking and Dagenham

• London Borough of Bromley

• London Borough of Camden

• London Borough of Ealing

• London Borough of Hammersmith and Fulham

• London Borough of Haringey

• London Borough of Harrow

• London Borough of Hillingdon

• London Borough of Hounslow

• London Borough of Islington

• London Borough of Lambeth

• London Borough of Lewisham

• London Borough of Richmond Upon Thames

• London Borough of Southwark

• London Borough of Tower Hamlets

• London Borough of Waltham Forest

• London Borough of Wandsworth

• Royal Borough of Greenwich

• Royal Borough of Kensington and Chelsea

• Westminster City Council

Potential future members:

• London Borough of Barnet

• London Borough of Bexley

• London Borough of Brent

• London Borough of Croydon

• London Borough of Enfield

• London Borough of Hackney

• London Borough of Havering

• London Borough of Kingston Upon Thames

• London Borough of Merton

• London Borough of Newham

• London Borough of Sutton

• Berkshire Councils

• Buckinghamshire Council

• Essex County Council

• Hertfordshire County Council

• Kent County Council

• North Central London Clinical Commissioning Group

• North East London Clinical Commissioning Group

• North West London Clinical Commissioning Group

• NHS South West London Clinical Commissioning Group

• NHS South East London Clinical Commissioning Group

The above list is intended to include any statutory successors of those named organisations which, in the case of the Clinical Commissioning Groups will also include the following:

• North Central London Integrated Care System

• North East London Integrated Care System

• North West London Integrated Care System

• South West London Integrated Care System

• South East London Integrated Care System

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

The Authority reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

The Framework and underlying call-off contracts will contain provisions that relate in particular to social and environmental matters.


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 duration of the Framework exceeds 4 years to maximise the opportunities to further develop community equipment services for its customers during the lifetime of the contract and deliver improved value for money. Continued in V1.3.

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: 2021/S 000-024265

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

Date

23 June 2022

Local time

12:00pm

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

Duration in months: 9 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

9 May 2022

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This opportunity and all associated procurement documents will be accessible via our e-sourcing portal, kindly visit; www.capitalesourcing.com and search for the following reference: itt_WCC_15598 - Community Equipment Consortium ITT. If you have any questions, please submit these through the e-tendering portal (“the Portal”)

Our e-sourcing portal site is free to register on.

To view details of the Opportunity via the Portal please click the following link and enter your Username and Password:

https://www.capitalesourcing.com/web/login.shtml

Or browse as follows:

- Connect to https://www.capitalesourcing.com

- Enter your Username and Password

- Go to Published Opportunities

- Click on the Project Title 'Community Equipment Consortium ITT' to view details.

Confidential Data Pack Information

In order to protect the confidential nature of the additional data pack information, the Authority will provide restricted access to Candidates using PowerBi via the following link:

Tender Data Pack - Power BI

Candidates are required to have an Office 365 package that includes the PowerBI service app in order to access the additional data pack information.

Candidates can request access to the abovementioned information by following the instructions below:

1. Candidates will need to message the Authority via the Portal and provide their email address corresponding with their bidding organisation in order to gain access.

2. Upon receipt of the above request, the Authority will provide access to the Tender Data Pack to the Candidate making the request.

3. If Candidates have a question or experience any issues in accessing the Tender Data Pack information, please use the Portal’s messaging facility.

The Tender Data Pack contains confidential and commercially sensitive information. Candidates are referred to Appendix 1 (Procurement Conditions) in relation to the handling/use of this information.

Bid submissions must be by way of completion and return of the three Envelopes referred to in the Invitation to Tender (“ITT”) document (in accordance with the requirements set out in the ITT) by the date and time specified in Section IV.2.2. The Authority reserves the right not to accept submissions that are received after the deadline. Candidates are encouraged to submit their submissions well in advance of the stated date and time in order to avoid issues such as technical difficulties with the electronic system that may be due to the high volumes of traffic attempting to submit applications on the same date at the same time.

Candidates are responsible for their own costs in relation to this procurement process. The Authority reserves the right to cancel the procurement procedure at any point and shall have no liability to candidates whatsoever in respect of any costs incurred by candidates in participating in the tender process.

Candidates should note that the Authority gives no warranty or guarantee of any value or number of call-off contracts awarded under the Framework.

Continued from IV.1.3 - In making this decision the Authority has also considered the level of investment to be made by the successful bidder in warehousing, logistics, maintaining equipment stock levels and recycling life-cycle model, so the longer term enables bidders to achieve a greater return in investment and potentially more favourable leasing options.

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Royal Court of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87 (Standstill Period) and Regulations 91 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).