Section one: Contracting authority
one.1) Name and addresses
Doncaster Council
Civic Office, Waterdale
Doncaster
DN1 3BU
Contact
Shaun Ferron
Telephone
+44 1302862405
Country
United Kingdom
NUTS code
UKE31 - Barnsley, Doncaster and Rotherham
National registration number
182338557
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104514
one.1) Name and addresses
NHS Doncaster Clinical Commissioning Group
Sovereign House/White Rose House, Heavens Walk
Doncaster
DN4 5DJ
Country
United Kingdom
NUTS code
UKE31 - Barnsley, Doncaster and Rotherham
Internet address(es)
Main address
https://www.doncasterccg.nhs.uk/
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=49645&B=UK
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=49645&B=UK
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 Equipment Loan Service (ICELS)
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 Authority acting as the Lead Commissioner is seeking to jointly re-commission the Integrated Community Equipment Service for itself and the Doncaster Clinical Commissioning Group.
The ICELS service will support the following aims
• Enabling people to be supported in their own homes
• Reducing the number of hospital admissions and re-admissions
• Reducing the number of care home admissions
• Reducing the number of falls
• Facilitating early discharge from hospital
• Reducing the number, cost and intensity of care packages/nurse visit, e.g. enabling
single hand care
• Reduce the burden on Carers and risk of Carer breakdown, whilst increasing
confidence and peace of mind
• Supporting end of life care, delivered within the individuals chosen environment
• Improving health and wellbeing by maximising independence, choice, control, dignity
and quality of life within the individual’s home
two.1.5) Estimated total value
Value excluding VAT: £31,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33190000 - Miscellaneous medical devices and products
- 33196100 - Devices for the elderly
- 33196200 - Devices for the disabled
- 35820000 - Support equipment
- 75200000 - Provision of services to the community
- 85323000 - Community health services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKE31 - Barnsley, Doncaster and Rotherham
Main site or place of performance
Borough of Doncaster
two.2.4) Description of the procurement
The Authority acting as the Lead Commissioner is seeking to jointly re-commission the Integrated Community Equipment Service for itself and the Doncaster Clinical Commissioning Group.
The ICELS service will support the following aims
• Enabling people to be supported in their own homes
• Reducing the number of hospital admissions and re-admissions
• Reducing the number of care home admissions
• Reducing the number of falls
• Facilitating early discharge from hospital
• Reducing the number, cost and intensity of care packages/nurse visit, e.g. enabling
single hand care
• Reduce the burden on Carers and risk of Carer breakdown, whilst increasing
confidence and peace of mind
• Supporting end of life care, delivered within the individuals chosen environment
• Improving health and wellbeing by maximising independence, choice, control, dignity
and quality of life within the individual’s home
In addition to providing the equipment, the contract will include the delivery, collection, cleaning, storage, installation, decontamination, servicing, maintenance and recycling of the equipment.
The Service shall operate based on credit back model for the purchase of Community Equipment (CE) stock. The Provider shall own the CE stock; the Commissioners shall purchase CE from the Provider when required. During the period in which the CE is loaned to Service Users, ownership of the CE will pass from the Provider to the Commissioners. The responsibility for accountability, serviceability and maintenance for CE will remain with the Provider.
The Provider shall, upon collection of the CE from the Service User, credit back the agreed equipment value to the Commissioners once it has been collected, decontaminated and is ready for re-issue.
All Special CE will be owned by the Commissioners from date of purchase. The responsibility for accountability, serviceability and maintenance of Special CE will remain with the Provider. The CE stock will comprise of all CE including component parts, spares and consumables.
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: £31,500,000
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 Contract may be extended for a further 2 x 12 month periods at the sole discretion of the Council
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
Originally published as:
Date
22 August 2022
Local time
12:00pm
Changed to:
Date
26 August 2022
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
22 August 2022
Local time
12:00pm
Place
Electronically
Information about authorised persons and opening procedure
Authorised persons the council only
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
As part of tender process the successful provider will be required to enter into contract with the Social Value Portal for the monitoring of there social value offer. More details can be found in the procurement documents.
Due to the nature of the contract the contract values are based on a estimated activity levels over the full life of the contract including extensions.
six.4) Procedures for review
six.4.1) Review body
Doncaster Council
Civic Office
Doncaster
DN13BU
strategicprocurementteam@doncaster.gov.uk
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Doncaster Council
Civic Office
Doncaster
DN13BU
strategicprocurementteam@doncaster.gov.uk
Country
United Kingdom