Awarded contract

Plymouth and Torbay Community Equipment Services Invitation to Tender Rerun

  • Plymouth City Council
  • Torbay Council

F03: Contract award notice

Notice reference: 2022/S 000-030934

Published 2 November 2022, 11:29am



Section one: Contracting authority

one.1) Name and addresses

Plymouth City Council

Ballard House, West Hoe Road,

Plymouth

PL1 3BJ

Email

JointCommissioning@plymouth.gov.uk

Country

United Kingdom

NUTS code

UKK41 - Plymouth

Internet address(es)

Main address

http://www.plymouth.gov.uk/

Buyer's address

http://www.plymouth.gov.uk/

one.1) Name and addresses

Torbay Council

Town Hall, Castle Circus, Torquay, Devon

Torbay

TQ1 3DR

Email

procurement.team@torbay.gov.uk

Country

United Kingdom

NUTS code

UKK41 - Plymouth

Internet address(es)

Main address

www.torbay.gov.uk

one.2) Information about joint procurement

The contract involves joint procurement

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

Plymouth and Torbay Community Equipment Services Invitation to Tender Rerun

Reference number

DN583899

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Plymouth City Council in partnership with NHS Devon CCG, and Torbay Council in partnership with Torbay and South Devon NHS Foundation Trust and NHS Devon CCG have run a joint procurement exercise to identify a supplier for the delivery of a community equipment service for each Local Authority area. These will be separate contracts, however, where appropriate we have aligned the evaluation process and methodologies as well as the service requirements.

Lot 1 is for Plymouth City Council and partners

Lot 2 is for Torbay Council and partners.

Under this contract the contractors and their supply chains will be required to actively participate in the achievement of the Contracting Authority's social, economic and environmental objectives.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £24,105,664

two.2) Description

two.2.1) Title

Lot No

1

two.2.2) Additional CPV code(s)

  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 50000000 - Repair and maintenance services
  • 85000000 - Health and social work services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKK41 - Plymouth

two.2.4) Description of the procurement

These community equipment services have a service specification designed to address key priorities and targets for health and social care in each Local Authority area. They provide and enable the use of equipment to maintain independence within service users' homes quickly and effectively as far possible. The main activities of both services will involve the procurement, maintenance, storage and subsequent delivery and collection of equipment upon receipt of an equipment prescription from a Clinician working within the relevant service.

The service includes the installation of, and technical demonstration on the use of, equipment and further assistance where necessary. The range of goods and services includes equipment to support occupational therapy, physiotherapy and nursing clinical requirements for the enablement of the service user.

The services also include a minor adaptations service, covering basic adaptations (such as the installation of key safes) and more specialist work such as installing ramps and gallivanted rails.

Further Lot 1 (Plymouth) will include installing and services ceiling track hoists and have a trusted assessor function to be undertaken by the Service Provider.

two.2.5) Award criteria

Quality criterion - Name: Stock management / Weighting: 6.65%

Quality criterion - Name: Premises / Weighting: 1.11%

Quality criterion - Name: Key Activities (a) / Weighting: 5.54%

Quality criterion - Name: Key Activities (b) / Weighting: 4.43%

Quality criterion - Name: Staffing / Weighting: 6.65%

Quality criterion - Name: Digital Service and Management Information (Portal) / Weighting: 6.65%

Quality criterion - Name: Digital Service and Management Information / Weighting: 6.65%

Quality criterion - Name: Performance / Weighting: 2.22%

Quality criterion - Name: Transition Arrangements / Weighting: 4.43%

Quality criterion - Name: Lot 1 Plymouth only question / Weighting: 1.66%

Quality criterion - Name: Social Value Commitment / Weighting: 2.00%

Quality criterion - Name: Social Value Method Statement / Weighting: 3.00%

Quality criterion - Name: Working Relationships / Weighting: 9.00%

Price - Weighting: 40.00%

two.2.11) Information about options

Options: Yes

Description of options

Up to 3 options to extend for a 12 months period i.e. total contract duration is 72 months (36mth + 12mth + 12mth + 12mth)

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) Description

two.2.1) Title

Lot No

2

two.2.2) Additional CPV code(s)

  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 50000000 - Repair and maintenance services
  • 85000000 - Health and social work services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKK42 - Torbay

two.2.4) Description of the procurement

These community equipment services have a service specification designed to address key priorities and targets for health and social care in each Local Authority area. They provide and enable the use of equipment to maintain independence within service users' homes quickly and effectively as far possible. The main activities of both services will involve the procurement, maintenance, storage and subsequent delivery and collection of equipment upon receipt of an equipment prescription from a Clinician working within the relevant service.

The service includes the installation of, and technical demonstration on the use of, equipment and further assistance where necessary. The range of goods and services includes equipment to support occupational therapy, physiotherapy and nursing clinical requirements for the enablement of the service user.

The services also include a minor adaptations service, covering basic adaptations (such as the installation of key safes) and more specialist work such as installing ramps and gallivanted rails.

two.2.5) Award criteria

Quality criterion - Name: Stock management / Weighting: 6.65%

Quality criterion - Name: Premises / Weighting: 1.11%

Quality criterion - Name: Key Activities (a) / Weighting: 5.54%

Quality criterion - Name: Key Activities (b) / Weighting: 4.43%

Quality criterion - Name: Staffing / Weighting: 6.65%

Quality criterion - Name: Digital Service and Management Information (Portal) / Weighting: 6.65%

Quality criterion - Name: Digital Service and Management Information / Weighting: 6.65%

Quality criterion - Name: Performance / Weighting: 2.22%

Quality criterion - Name: Transition Arrangements / Weighting: 4.43%

Quality criterion - Name: Lot 2 Torbay only question / Weighting: 1.66%

Quality criterion - Name: Social Value Commitment / Weighting: 2.00%

Quality criterion - Name: Social Value Method Statement / Weighting: 3.00%

Quality criterion - Name: Working Relationships / Weighting: 9.00%

Price - Weighting: 40.00%

two.2.11) Information about options

Options: Yes

Description of options

Up to 3 options to extend for a 12 months period i.e. total contract duration is 72 months (36mth + 12mth + 12mth + 12mth)

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.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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-031386


Section five. Award of contract

Contract No

PEO21018

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 October 2022

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

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

five.2.3) Name and address of the contractor

Nottingham Rehab Limited (trading as NRS Healthcare)

Sherwood House Cartwright Way Forest Business Park Bardon Hill

Coalville, Leicestershire

LE67 1UB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £13,665,664


Section five. Award of contract

Lot No

2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 October 2022

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

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

five.2.3) Name and address of the contractor

Nottingham Rehab Limited (trading as NRS Healthcare)

Sherwood House Cartwright Way Forest Business Park Bardon Hill

Coalville, Leicestershire

LE67 1UB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £10,440,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Court of Justice, Strand

London

WC2A 2LL

Country

United Kingdom