Tender

Supply of Assistive Technology Equipment for Daily Living Framework

  • Leeds City Council
  • City of Bradford Metropolitan District Council
  • Borough Council of Calderdale
  • Wakefield Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-078502

Procurement identifier (OCID): ocds-h6vhtk-05a8a0 (view related notices)

Published 1 December 2025, 1:56pm



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

This table displays the award criteria of the lot
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

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

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

Region: UKE45 - Wakefield

Organisation type: Public authority - sub-central government


Contact organisation

Contact Leeds City Council for any enquiries.