Contract

Provision of a Community Equipment Service for the Management of SEHSCT Owned Beds, Mattresses, Hoists and Slings (for South Eastern HSC Trust)

  • Procurement and Logistics Service

F20: Modification notice

Notice identifier: 2023/S 000-021451

Procurement identifier (OCID): ocds-h6vhtk-03e9f8

Published 25 July 2023, 12:07pm



Section one: Contracting authority/entity

one.1) Name and addresses

Procurement and Logistics Service

77 Boucher Crescent

Belfast

BT12 6HU

Email

PDRandOps.Sourcing@hscni.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of a Community Equipment Service for the Management of SEHSCT Owned Beds, Mattresses, Hoists and Slings (for South Eastern HSC Trust)

Reference number

789529

two.1.2) Main CPV code

  • 85140000 - Miscellaneous health services

two.1.3) Type of contract

Services

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement at the time of conclusion of the contract:

Provision of a Community Equipment Service for the Management of SEHSCT Owned Beds, Mattresses, Hoists and Slings.

two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

72

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 four. Procedure

four.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2018/S 090-204410


Section five. Award of contract/concession

Contract No

789529

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

23 December 2018

five.2.2) Information about tenders

The contract/concession has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

Arjo UK Ltd

Belfast

Email

enquires@arjo.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://www.arjo.com/

The contractor/concessionaire is an SME

No

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £1,891,980


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Business Services Organisation

77 Boucher Crescent

Belfast

Country

United Kingdom


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 85140000 - Miscellaneous health services

seven.1.3) Place of performance

NUTS code
  • UKN - Northern Ireland

seven.1.4) Description of the procurement:

Provision of a Community Equipment Service for the Management of SEHSCT Owned Beds, Mattresses, Hoists and Slings (for South Eastern HSC Trust)

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

72

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£945,990

seven.1.7) Name and address of the contractor/concessionaire

Arjo UK Ltd

Belfast

Email

enquiries@arjo.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://www.arjo.com/

The contractor/concessionaire is an SME

No

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

The Contracting Authority wishes to state that it intends to utilise Regulation 72(1)(b)(ii):

‘72.-(1) Contracts and framework agreements may be modified without a new procurement procedure in accordance with this Part in any of the following cases:-

(b)for additional works, services or supplies by the original contractor that have become necessary and were not included in the initial procurement, where a change of contractor

(ii) would cause significant inconvenience or substantial duplication of costs for the contracting authority.’

Current Contract (reference 789529) was for an initial 3-year period, with options to extend for up to 36 months, making a total maximum potential contract period of 6 years (as per Contract Award Notice 2018/S 090-204410). The published awarded value was £1,891,980.

The Contract is entering its sixth and final year. A new tender exercise (reference 4919360) is currently underway, due for publication later this year (i.e. 2023). The contract has seen increased cost pressure and activity directly related to the impact of COVID-19 on the Service. The awarded value will not be sufficient to enable the final year of the contract to run within the awarded contract budget.

This modification seeks to amend the awarded value by 50 percent (to £2,837,970) to provide a sufficient contract budget to facilitate the final year of the contract, whilst the new tender exercise is undertaken.

To establish a new or interim provider for the remaining 11 months of Contract, during which time a new tender exercise (ref 4919360) will be carried out, would not be feasible and would lead to duplication of effort and costs.

seven.2.2) Reasons for modification

Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.

Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

COVID Pandemic and inflation events.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £1,891,980

Total contract value after the modifications

Value excluding VAT: £2,837,970