Tender

Framework Contract for an Integrated Community Equipment Service for the London Borough of Redbridge and Participating Authorities

  • London Borough of Redbridge

F02: Contract notice

Notice identifier: 2021/S 000-015704

Procurement identifier (OCID): ocds-h6vhtk-02c4ca

Published 7 July 2021, 2:20pm



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

Email

Stephen.potter@PSprocure.co.uk

Country

United Kingdom

NUTS code

UKI53 - Redbridge and Waltham Forest

Internet address(es)

Main address

http://www.redbridge.gov.uk/

Buyer's address

http://www.redbridge.gov.uk/

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.