Section one: Contracting authority
one.1) Name and addresses
Buckinghamshire Council
Walton Street Offices
Aylesbury
HP20 1UA
Contact
Ms Sarah Deyes
sarah.deyes@buckinghamshire.gov.uk
Telephone
+44 1296585871
Country
United Kingdom
NUTS code
UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Internet address(es)
Main address
https://www.buckinghamshire.gov.uk/
Buyer's address
https://www.buckinghamshire.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.supplybucksbusiness.org.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.supplybucksbusiness.org.uk
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
Provision of a Buckinghamshire Integrated Community Equipment Service
Reference number
DN583323
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Buckinghamshire Council (acting as the Lead Authority), in partnership with Buckinghamshire Clinical Commissioning Group is seeking tenders from suitably experienced and qualified organisations for the provision of a Buckinghamshire Integrated Community Equipment Services (BICES) through the appointment of a single provider delivering those services as required under a framework arrangement.
The framework will be accessible to contracting authorities that fall under the NUTS code UKJ1 (Berkshire, Buckinghamshire, Oxfordshire and Milton Keynes). The current contract between Buckinghamshire Council and the incumbent provider ends on 19th June 2022 and the Councils intention is to call off from the single provider framework as from 20th June 2022. Call-off terms will be for 5 years with an option to extend for up to two further years.
No work or volume is guaranteed under the framework agreement, and any participating authority wishing to utilise the framework will enter into a separate call off with the successful provider.
The service will consist of the the timely provision of:
• An Integrated Community Equipment Service (Simple Aids to Daily Living/Complex Aids to Daily Living/Non-catalogue and bespoke items)
• Domestic Lift Maintenance
• Technology Enabled Care (including Monitoring and Response elements)
• Long Term Wheelchair Product Provision and Repair
• Continence Product Provision
• Diagnostic Equipment Provision
• Long Term Conditions Management Service
• Major Adaptations
• Clinician Support Services
For each component of service listed the provider shall also carry out maintenance of equipment, collection of items no longer required, recycling of equipment and robust data gathering to support contract management.
This service will ensure that residents in Buckinghamshire, who have either healthcare or social care needs (or a combination of both) are provided with high quality equipment, aids and/or adaptations that enable them to stay independent and live healthy lives for longer, and crucially to remain at home rather than requiring formal social and healthcare support.
The anticipated annual expenditure for Buckinghamshire Integrated Community Equipment Services in 2021/22 is circa £8,900,000
The estimated spend this financial year for the geographical location that falls under NUTS code UKJ1 is £24,000,000.
However, for the purpose of estimating the entire framework maximum value, a figure of no more than £350,000,000 of service will be offered during the framework and call of duration.
Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) may apply to this opportunity.
If your organisation wishes to participate in this process, you need to register with the Buckinghamshire Business Portal. You will be unable to take part if you do not register. Please use the link below and follow the instructions on the website:
www.supplybucksbusiness.org.uk
Tenders must be returned via the Buckinghamshire Business Portal. The tender return date is midday on 4th January 2022. Tenders received after this time and date will not be accepted.
two.1.5) Estimated total value
Value excluding VAT: £350,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
two.2.4) Description of the procurement
Buckinghamshire Council (acting as the Lead Authority), in partnership with Buckinghamshire Clinical Commissioning Group is seeking tenders from suitably experienced and qualified organisations for the provision of a Buckinghamshire Integrated Community Equipment Services (BICES) through the appointment of a single provider delivering those services as required under a framework arrangement.
The framework will be accessible to contracting authorities that fall under the NUTS code UKJ1 (Berkshire, Buckinghamshire, Oxfordshire and Milton Keynes). The current contract between Buckinghamshire Council and the incumbent provider ends on 19th June 2022 and the Councils intention is to call off from the single provider framework as from 20th June 2022. Call-off terms will be for 5 years with an option to extend for up to two further years.
No work or volume is guaranteed under the framework agreement, and any participating authority wishing to utilise the framework will enter into a separate call off with the successful provider.
The service will consist of the the timely provision of:
• An Integrated Community Equipment Service (Simple Aids to Daily Living/Complex Aids to Daily Living/Non-catalogue and bespoke items)
• Domestic Lift Maintenance
• Technology Enabled Care (including Monitoring and Response elements)
• Long Term Wheelchair Product Provision and Repair
• Continence Product Provision
• Diagnostic Equipment Provision
• Long Term Conditions Management Service
• Major Adaptations
• Clinician Support Services
For each component of service listed the provider shall also carry out maintenance of equipment, collection of items no longer required, recycling of equipment and robust data gathering to support contract management.
This service will ensure that residents in Buckinghamshire, who have either healthcare or social care needs (or a combination of both) are provided with high quality equipment, aids and/or adaptations that enable them to stay independent and live healthy lives for longer, and crucially to remain at home rather than requiring formal social and healthcare support.
The anticipated annual expenditure for Buckinghamshire Integrated Community Equipment Services in 2021/22 is circa £8,900,000
The estimated spend this financial year for the geographical location that falls under NUTS code UKJ1 is £24,000,000.
However, for the purpose of estimating the entire framework maximum value, a figure of no more than £350,000,000 of service will be offered during the framework and call of duration.
Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) may apply to this opportunity.
If your organisation wishes to participate in this process, you need to register with the Buckinghamshire Business Portal. You will be unable to take part if you do not register. Please use the link below and follow the instructions on the website:
www.supplybucksbusiness.org.uk
Tenders must be returned via the Buckinghamshire Business Portal. The tender return date is midday on 4th January 2022. Tenders received after this time and date will not be accepted.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 55
Price - Weighting: 45
two.2.6) Estimated value
Value excluding VAT: £350,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
20 June 2022
End date
19 June 2027
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
There is an option to extend the contract by up to a further 24 months.
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 a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The single provider framework agreement will be in place for four years but it is intended that the Call-Off will be for 5 years with an option to extend for up to a further 24 months.
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
4 January 2022
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
4 January 2022
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
The High Court
The Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom