Section one: Contracting authority
one.1) Name and addresses
NHS North West London Integrated Care Board
15 Marylebone Rd,
London
NW1 5JD
Contact
Healthcare Team
clcht.nwlicsps-sourcing@nhs.net
Telephone
+44 2088692956
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
https://www.nwlondonics.nhs.uk
Buyer's address
https://www.nwlondonics.nhs.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Other type
NHS North West London Integrated Care Board
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NHS North West London Integrated Care Board - Provision of Wheelchair Services
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS North West London Integrated Care Board - Provision of Wheelchair Services
two.1.5) Estimated total value
Value excluding VAT: £41,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 75200000 - Provision of services to the community
two.2.3) Place of performance
NUTS codes
- UKI32 - Westminster
Main site or place of performance
NWL Wheelchair Service will set out provisions for residents in the boroughs of Hillingdon, Harrow, Kensington & Chelsea, Westminster, Hammersmith and Fulham, Ealing and Brent.
two.2.4) Description of the procurement
NHS North West London Integrated Care Board (the "Authority") is issuing this invitation to tender ("ITT") in connection with the competitive procurement for the provision of Community Integrated Wheelchair Services as defined in the specification
The ICB envisages that the service will provide an integrated care model for wheelchair users, this is to ensure those with complex, long term conditions, are able to access the right wheelchair, quickly, and with appropriate information and support. The full service will cover:
• Assessment, prescription and supply of powered and manual wheelchairs and associated postural seating accessories (WCS)
• Rehabilitation Engineering facilities (RE)
• Service and Maintenance Packages (AR)
Locally defined Service vision
‘To commission an outstanding wheelchair service that is committed to delivering high quality, safe, efficient and effective integrated care to the communities we serve’.
The following set of guiding principles describe what a future-state service that delivers the vision statement would look like. These core principles outline a blueprint for wheelchair services and are summarised below:
• Wheelchair services will be designed around the specific needs of the users
• Access into wheelchair services is through a single point of contact with users being seen by the right people, at the right time and in the right place and receive the right equipment
• The wheelchair service workforce will be used effectively and flexibly to deliver safe, efficient and cost effective care
• Users are fully engaged in their treatment in a way that enables them to take responsibility for their own care whenever possible.
• The service will offer a holistic approach to avoid any unnecessary appointments for the User
• The service will promote a culture of self-help and safe handover.
• Information and communication systems will be used effectively to ensure relevant information on a user’s care is available where and when it is needed for users and clinicians.
• Variation in core processes will be reduced in order to improve clinical and service quality
• Core support processes and services will be aligned to deliver care in ways which minimise avoidable delays and non-value adding activities.
• Clinical teams will be fully engaged in the management of the service and will use clear metrics to measure service delivery and improvement.
• Care will be delivered in appropriate environments that are accessible, comfortable and respect individual privacy.
• Advice should be readily available to stakeholders to avoid the need for unnecessary referral.
• Demand will have been identified, including anticipated growth and unmet need
• Wheelchairs services will be aligned to whole systems integrated care, intermediate care and planned care community provision
The above service vision is closely aligned to the Wheelchair Charter produced by the Wheelchair Leadership Alliance in July 2015. It also reflects feedback from service users who have contributed to the service re-design process.
The service will be expected to be delivered in line with the recommendations of CECOPS CIC, the independent standards body for disability equipment and wheelchair services.
The Authority hereby invites suitably qualified service providers to submit their tender proposal.
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: £41,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2031
This contract is subject to renewal
Yes
Description of renewals
Retender of services
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
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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 November 2023
Local time
12:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
6 November 2023
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
Central London Community Healthcare NHS Trust
Ground Floor, 15 Marylebone Road
London
NW1 5JD
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
NHS North West London Integrated Care Board
15 Marylebone Rd,
London
NW1 5JD
Country
United Kingdom