Section one: Contracting authority
one.1) Name and addresses
Kent County Council (T/A Procurement Services)
1 Abbey Wood Road, Kings Hill
West Malling
ME19 4YT
Contact
Tamara Stevens
Telephone
+44 8081685808
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.commercialservices.org.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
Additional information can be obtained from the above-mentioned address
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
Integrated Community Care Equipment and Associated Services
Reference number
Y24008
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
This Framework Agreement will allow for the procurement of a full range of Community Care Equipment for Goods and Services. Suppliers can provide directly or indirectly via Sub-Contractors a wide range of Goods and Services including Service, maintenance, repairs, storage, and disposal of equipment.
The Framework Agreement has been split into three (3) LOTS:
LOT 1 - Integrated Community Care Equipment and Associated Services
LOT 2 – Technology Enabled Care Products and Services (TEC)
LOT 3 – Wheelchairs, Motorised Mobility Products and Services
two.1.5) Estimated total value
Value excluding VAT: £800,000,000
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
Integrated Community Care Equipment and Associated Services
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 85140000 - Miscellaneous health services
- 85323000 - Community health services
- 85312500 - Rehabilitation services
- 33192600 - Lifting equipment for health care sector
- 85144100 - Residential nursing care services
- 33141720 - Walking aids
- 33193000 - Invalid carriages, wheelchairs and associated devices
- 33193100 - Invalid carriages and wheelchairs
- 33193120 - Wheelchairs
- 33193121 - Motorised wheelchairs
- 39143112 - Mattresses
- 33196000 - Medical aids
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 85112000 - Hospital support services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
This LOT is for the supply of Integrated Community Care Equipment and Associated Services which may include, but not be limited to:
•Adaptive Furniture
•Bariatric Equipment
•Bathing and Showering Equipment
•Beds and Mattress Products and Services
•Chairs and Accessories
•Communication Devices
•Consultancy and Assessments
•Daily Living Aids
•Dementia Care
•Fully Managed Service
•Grab Rails and Minor Adaptations
•Heat & Smoke Alarms
•Home Modifications
•Hoists and Slings
•Kitchen and Household Equipment
•Moving and Handling Equipment
•Multi-Sensory Equipment
•Mobility Aids
•Personal Care Products
•Personal Emergency Response (PERS) Devices
•Pressure Care
•Remote Monitoring Devices
•Rehabilitation and Therapy Products
•Stair lifts and Climbers
•Service, Maintenance, Repairs, Storage & Disposal of Equipment
•Telehealth Platforms
•Toileting Equipment
•Wearable Devices
•Walking Aids and Tubular Steel Products
•Wheelchair Products and Equipment
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £350,000,000
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.2.13) 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
This is a Framework agreement is fully accessible to the all Public Sector Bodies as identified in the Public Contract Regulations. Further information is contained within the ITT and/or available on request
two.2) Description
two.2.1) Title
Technology Enabled Care Products and Services (TEC)
Lot No
2
two.2.2) Additional CPV code(s)
- 79711000 - Alarm-monitoring services
- 31625200 - Fire-alarm systems
- 35121700 - Alarm systems
- 90524200 - Clinical-waste disposal services
- 90524400 - Collection, transport and disposal of hospital waste
- 33120000 - Recording systems and exploration devices
- 33190000 - Miscellaneous medical devices and products
- 33195000 - Patient-monitoring system
- 85112000 - Hospital support services
- 85140000 - Miscellaneous health services
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
This LOT is for the supply of Technology Enabled Care (TEC) which may include, but not be limited to:
•Alarm 24 Hour Receiving Centre
•Communication Devices
•Community Responders
•Dementia Care
•Data Management
•Heat and Smoke Alarms
•Maintenance, Service, Repairs, Storage, Recycling, and Disposal of Equipment
•Personal Emergency Response (PERS) Devices
•Remote Monitoring Devices
•Referral Management
•Software Subscriptions
•Service Data
•Telehealth Platforms
•Training
•Wearable Devices
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: £350,000,000
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.2.13) 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
This is a Framework agreement is fully accessible to the all Public Sector Bodies as identified in the Public Contract Regulations. Further information is contained within the ITT and/or available on request
two.2) Description
two.2.1) Title
Wheelchairs, Motorised Mobility Products and Services
Lot No
3
two.2.2) Additional CPV code(s)
- 33193000 - Invalid carriages, wheelchairs and associated devices
- 33193100 - Invalid carriages and wheelchairs
- 33193120 - Wheelchairs
- 33193121 - Motorised wheelchairs
- 33193200 - Parts and accessories for invalid carriages and wheelchairs
- 50421100 - Repair and maintenance services of wheelchairs
- 85323000 - Community health services
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33100000 - Medical equipments
- 44115600 - Stairlifts
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
This LOT is for the supply of Wheelchairs, electronic powered mobility and Services which may include, but not be limited to:
•Assessments and Referral Service
•Mobility Scooters
•Motorised Recliners
•Power Chairs
•Service, Maintenance, Repairs, Storage & Disposal of Equipment
•Stairlifts
•Wheelchairs
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: £100,000,000
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.2.13) 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
This is a Framework agreement is fully accessible to the all Public Sector Bodies as identified in the Public Contract Regulations. Further information is contained within the ITT and/or available on request
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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
2 July 2024
Local time
2:00pm
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: 48 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
2 July 2024
Local time
2:15pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://csg.delta-esourcing.com/respond/63UG9K8Z6R
GO Reference: GO-2024524-PRO-26235658
six.4) Procedures for review
six.4.1) Review body
Commercial Services Kent Limited
1 Abbey Wood Road, Kings Hill
West Malling
ME19 4YT
Telephone
+44 8081685808
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Commercial Services
1 Abbey Wood Road, Kings Hill
West Malling
ME19 4YT
Telephone
+44 8081685808
Country
United Kingdom