Section one: Contracting authority
one.1) Name and addresses
London Borough of Redbridge
London Borough of Redbridge, Lynton House, 255-259, High Road,
Ilford
IG1 1NY
Contact
Mr Stephen Potter
Stephen.potter@PSprocure.co.uk
Country
United Kingdom
NUTS code
UKI53 - Redbridge and Waltham Forest
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework Contract for an Integrated Community Equipment Service for the London Borough of Redbridge and Participating Authorities
Reference number
DN554637
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
The London Borough of Redbridge (acting as the Lead Authority) on behalf of the London Borough of Havering, Redbridge Clinical Commissioning Group, Barking and Dagenham Clinical Commissioning Group, Havering Clinical Commissioning Group, Barking, Havering and Redbridge University Hospitals NHS Trust and North East London NHS Foundations Trust (together the “BHRICES Partners”) is seeking Tenders from suitably experienced and qualified organisations to procure a single provider framework contract for an Integrated Community Equipment Service for the London Borough of Redbridge and Participating Authorities (“The Contract”)
The Contract will commence on 1st April 2022 and shall continue up to and including 31st March 2029 (the “Contract Period”). Throughout the Contract Period any London Borough listed in the directory of London Councils and their associated NHS bodies and / or Clinical Commissioning Group may elect to join the Contract (a “New Participant”)
The main purpose of the Service required under the Contract is to obtain, deliver and install the appropriate community equipment on loan to people living in the community enabling them to undertake tasks they would otherwise be unable to do or to provide support to a Carer to enable ongoing care in their home environment. Once the Service User has no further use of the equipment the successful provider will be required to ensure the equipment is returned or collected, cleaned and where possible, fully serviced and then re-used.
Organisations shall be experienced in providing similar services and shall also be required, as part of their Tender, to complete a Selection Questionnaire containing information about their economic and financial standing, technical capability and other general information. This information will be assessed to establish that the organisation is financially viable and technically capable of undertaking a service of this nature. Also, as a pre-condition to their Tenders being evaluated, organisations will have to achieve a minimum of three (3) out of five (5) for Question 8.2a, 8.2b and 8.2c of the Selection Questionnaire and will have to satisfy the mandatory and discretionary grounds for exclusion contained in the Selection Questionnaire. Full details of how the Authority will evaluate the Selection Questionnaire are contained at the beginning of the Selection Questionnaire.
The Authority also carries out financial appraisals of all organisations that Tender for the Authority’s contracts to ensure that such organisations satisfy the Authority’s minimum standards of economic and financial standing. In this instance the Authority has determined that it will only accept Tenders from organisations whose annual turnover in each of the last two (2) years of trading is at least £9,714,000. In addition, the Authority has set a ratio of no lower than eight (8) out of twenty (20). The details of how the Authority will determine financial standing are contained in Appendix 2 of the Selection Questionnaire.
Organisations shall be aware that only Tenders submitted by organisations who satisfy the requirements of the Selection Questionnaire shall go on to be evaluated in accordance with the Contract Evaluation Criteria of the most economically advantageous Tender received having regard to: -
(a) Price 60%; and
(b) Quality 40%
A breakdown of how the Authority will allocate the Evaluation Criteria is contained in the Tender Documents (Volume C).
two.1.5) Estimated total value
Value excluding VAT: £60,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI53 - Redbridge and Waltham Forest
two.2.4) Description of the procurement
The main purpose of the Service required under the Contract is to obtain, deliver and install the appropriate community equipment on loan to people living in the community enabling them to undertake tasks they would otherwise be unable to do or to provide support to a Carer to enable ongoing care in their home environment. Once the Service User has no further use of the equipment the successful provider will be required to ensure the equipment is returned or collected, cleaned and where possible, fully serviced and then re-used.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £60,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2029
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
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
11 August 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
11 August 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
High Court of England and Wales Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The contracting authority will incorporate a minimum ten (10) day standstill period at the point information on the award of the contract is notified to tenderer's. This period allows unsuccessful tenderer's to seek further de-briefing from the contracting authority before the contract is entered into. Additional information should be requested from the contact in Section 1.1 if an appeal regarding the award of contract has not been successfully resolved. The Public Contracts Regulations 2015 (S1 2015 no 102) provides for aggrieved parties who are harmed or at risk of harm by a breach of the rules take action in the High Court (England and Wales.