Scope
Reference
105720
Description
This framework will provide equipment which will deliver community benefits by promoting and maintaining the independence and well-being of the residents of Leeds, Calderdale, Bradford and Wakefield. The community loan services supports more people to live at home by developing preventative, reablement and assistive services which deliver economies of scale by undertaking bulk purchasing arrangements and sharing costs.
Commercial tool
Establishes an open framework
Total value (estimated)
- £59,631,453.12 excluding VAT
- £71,557,743.74 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 31 March 2031
- Possible extension to 31 March 2034
- 8 years
Description of possible extension:
This contract is being tendered on the basis that a maximum extension period of up to36 months in any combination may be offered.
Main procurement category
Goods
CPV classifications
- 33196100 - Devices for the elderly
- 33196200 - Devices for the disabled
Contract locations
- UKE41 - Bradford
- UKE42 - Leeds
- UKE44 - Calderdale and Kirklees
- UKE45 - Wakefield
Lot constraints
Maximum number of lots a supplier can bid for: 1
Maximum number of lots a supplier can be awarded: 1
Description of how multiple lots may be awarded:
This framework agreement consists of three Lots:
Lot 1 - Supply of equipment for daily living for Adults (Individual items listed in Appendix 2 - Pricing Schedule Product List).
Lot 2 - Supply of equipment for daily living for Children (Individual items listed in Appendix 2 - Pricing Schedule Product List).
Lot 3: Special Equipment & Bespoke Items (Appendix 2 - Pricing Schedule Product List to be purchased as special/bespoke or discount for bulk quantities).
Suppliers can apply to be appointed onto the framework for one, two or three Lots. Lots 1 & 2 will be awarded on a product line-by-line basis. Please read section 8.2 and 8.3 for the framework mechanics for each of the three Lots. Suppliers who apply for any Lots 1 and/or Lot 2 will automatically be appointed onto Lot 3, subject to successful Conditions of Participation (COP) assessment checks.
Daily Living equipment not listed on Lots 1 & 2 will be bespoke items and as such will be ordered from Lot 3 - Special Equipment & Bespoke Items. Suppliers must be appointed to Lot 3 in order for the councils to be able to place orders with them for this equipment.
For orders placed under Lot 3, Special Equipment & Bespoke Items, relevant equipment will be ordered following a mini call for competition.
If your organization has applied for Lots 1 and/or 2) but not successful in being awarded one of those products items, you will still be accepted for Lot 3 subject to successful vetting of the COP unless you have 'Opted out'.
Suppliers must apply and be accepted for items either in Lot 1,2 and/or Lot 3 in order for the Council to place orders with them.
Lot 1. Supply of equipment for daily living for Adults (Individual items)
Description
The supply of equipment for daily living for adults will comprise of individual items and their replacements parts ranging from bathing, beds, shower, medical, moving and handling, mobility, pressure, seating, toileting and visuals.
Lot value (estimated)
- £59,631,453.12 excluding VAT
- £71,557,743.74 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Supply of equipment for Daily Living for Children & Families
Description
The supply of equipment for daily living for children & families will comprise of individual items with their replacements parts ranging from bathing, bed, postural management, moving and handling, seating, toileting.
Lot value (estimated)
- £59,631,453.12 excluding VAT
- £71,557,743.74 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. Special equipment and Bespoke items
Description
The special equipment and Bespoke items will consist of products ranging from bathing, bed packages & accessories, medical equipment, toileting, pressure relief, visual, mobility, dressing, kitchen
Lot value (estimated)
- £59,631,453.12 excluding VAT
- £71,557,743.74 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Open framework scheme end date (estimated)
31 March 2034
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
The open framework duration is 1st April 2026 to 31st March 2031.
The open framework will be for an initial period of up to five years with an option to extend for a maximum period of 36 months in any combination with minimum re-opening periods to refresh the supplier list during the term of the framework as follows, of approximately every 2 years which is in line with the Procurement Act 2023.
First Refresh:
At 2 years and six months (October or November 2028) into the initial Framework Agreement awarded under the Open Framework, to allow new Contractors to join and existing Contractors to update products if required. The initial Framework Agreement will be for a duration of 2 years and 6 months.
Every 2 years thereafter: During the extension period, to ensure continued compliance and market relevance.
Approximately:
October/November 2030
October/November 2032
Suppliers can apply to be appointed onto the framework for one, two or three Lots. Lots 1 & 2 will be awarded on a product line-by-line basis with the lowest price whereby the product(s) tendered meet the specification. Product items initially tendered will be evaluated on a pass/fail basis against the specifications. A four-stage product evaluation will be conducted as detailed below
1. Stage One - Desktop evaluation.
2. Stage Two - Product Prices
3. Stage Three - Samples
4. Stage Four - COP vetting
There is no tender evaluation, and suppliers will be appointed to the framework subject to successful COP assessment under Lot 3. For orders placed under this lot, relevant equipment will be ordered following a mini call for competition.
Please refer to Part 1: Invitation to Tender Document for more information.
Award method when using the framework
With competition
Contracting authorities that may use the framework
Establishing party only
Participation
Legal and financial capacity conditions of participation
Lot 1. Supply of equipment for daily living for Adults (Individual items)
Lot 2. Supply of equipment for Daily Living for Children & Families
Lot 3. Special equipment and Bespoke items
Please refer to the conditions of participation document for information
Technical ability conditions of participation
Lot 1. Supply of equipment for daily living for Adults (Individual items)
Lot 2. Supply of equipment for Daily Living for Children & Families
Lot 3. Special equipment and Bespoke items
Please refer to the conditions of participation document for information
Particular suitability
Lot 1. Supply of equipment for daily living for Adults (Individual items)
Lot 2. Supply of equipment for Daily Living for Children & Families
Lot 3. Special equipment and Bespoke items
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
22 December 2025, 12:00pm
Tender submission deadline
7 January 2026, 12:00pm
Submission address and any special instructions
Visit the yortender platform to submit electronically:https://uk.eu-supply.com/login.asp?B=UK
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
16 March 2026
Recurring procurement
Publication date of next tender notice (estimated): 3 July 2028
Award criteria
| Name | Description | Type |
|---|---|---|
| Pass or fail | Bidders would be awarded on the framework based on lowest price per line item. However, they must be able to meet the specifications. |
Price |
Weighting description
Pass or fail. Please refer to Part 1 - Invitation to Tender for more information.
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Documents
Associated tender documents
https://uk.eu-supply.com
Kindly visit the yortender portal via the link to access the associated tender document
Technical specifications to be met
https://uk.eu-supply.com
Kindly visit the yortender portal via the link to access the associated tender document
Contracting authorities
Leeds City Council
- Public Procurement Organisation Number: PJYG-6658-PPMY
Civic Hall, Calverley Street
Leeds
LS1 1UR
United Kingdom
Email: cpu@leeds.gov.uk
Website: http://www.leeds.gov.uk
Region: UKE42 - Leeds
Organisation type: Public authority - sub-central government
City of Bradford Metropolitan District Council
- Public Procurement Organisation Number: PBWW-4714-TBHN
City Hall, Centenary Square
Bradford
BD1 1HX
United Kingdom
Email: Tendering@bradford.gov.uk
Region: UKE41 - Bradford
Organisation type: Public authority - sub-central government
Borough Council of Calderdale
- Public Procurement Organisation Number: PNQT-4842-NXXN
Town Hall, Crossley Street
Halifax
HX1 1UJ
United Kingdom
Region: UKE44 - Calderdale and Kirklees
Organisation type: Public authority - sub-central government
Wakefield Council
- Public Procurement Organisation Number: PGYH-9727-LNMT
Wakefield One Burton Street
Wakefield
WF1 2EB
United Kingdom
Email: mfrodsham@wakefield.gov.uk
Region: UKE45 - Wakefield
Organisation type: Public authority - sub-central government