Tender

Integrated Community Care Equipment and Associated Services

  • Kent County Council (T/A Procurement Services)

F02: Contract notice

Notice identifier: 2024/S 000-016514

Procurement identifier (OCID): ocds-h6vhtk-046b7c

Published 24 May 2024, 4:05pm



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

Email

csgprocurement@csltd.org.uk

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

https://www.delta-esourcing.com/tenders/UK-UK-West-Malling:-Health-and-social-work-services./63UG9K8Z6R

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:

https://csg.delta-esourcing.com/tenders/UK-UK-West-Malling:-Health-and-social-work-services./63UG9K8Z6R

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

Email

csgprocurement@csltd.org.uk

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

Email

csgprocurement@csltd.org.uk

Telephone

+44 8081685808

Country

United Kingdom

Internet address

www.commercialservices.org.uk