Opportunity

Provision of a Buckinghamshire Integrated Community Equipment Service

  • Buckinghamshire Council

F02: Contract notice

Notice reference: 2021/S 000-029462

Published 26 November 2021, 2:24pm



Section one: Contracting authority

one.1) Name and addresses

Buckinghamshire Council

Walton Street Offices

Aylesbury

HP20 1UA

Contact

Ms Sarah Deyes

Email

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