Section one: Contracting authority
one.1) Name and addresses
Plymouth City Council
Floor 1, Windsor House, Tavistock Road
Plymouth
PL6 5UF
Contact
Mrs Sandra Stanton
sandra.stanton@plymouth.gov.uk
Telephone
+44 1752307074
Country
United Kingdom
NUTS code
UKK41 - Plymouth
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Plymouth City Council
Plymouth
PL1 3BJ
Contact
Strategic Co-operative Commissioning
jointcommissioning@plymouth.gov.uk
Country
United Kingdom
NUTS code
UKK41 - Plymouth
Internet address(es)
Main address
one.1) Name and addresses
Torbay Council
Town Hall, Castle Cross, Torquay, Devon
Torbay
TQ1 3DR
Contact
Mr Adam Harmer
procurement.team@torbay.gov.uk
Telephone
+44 1803208514
Country
United Kingdom
NUTS code
UKK42 - Torbay
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.supplyingthesouthwest.org.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.supplyingthesouthwest.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
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 are seeking expressions of interest from organisations that are able to deliver 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
Tenders may be submitted for all lots
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.
Prospective suppliers are encouraged to read the two service specifications in detail to ensure both service requirements are understood.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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: 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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.
Lot 2 (Torbay) has a retail model as part of their service model.
Prospective suppliers are encouraged to read the two service specifications in detail to ensure both service requirements are understood.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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: 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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 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
26 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
High Court of England and Wales
Royal Court of Justice, Strand
London
WC2A 2LL
Country
United Kingdom