Contract award notice
Results of the procurement procedure
Section I: Contracting 
        entity
      
I.1) Name and addresses
  Royal Borough of Kensington and Chelsea
  Hornton Street,
  London
  W8 7NX
  UK
  
            Contact person: Ravi Sharma
  
            E-mail: tenders@westminster.gov.uk
  
            NUTS: UKI
  Internet address(es)
  
              Main address: www.capitalesourcing.com
  
              Address of the buyer profile: www.rbkc.gov.uk
 
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Community Equipment Framework
            Reference number: prj_WCC_19549
  II.1.2) Main CPV code
  33100000
 
  II.1.3) Type of contract
  Supplies
  II.1.4) Short description
  Notice of Award for the Framework Agreement of the London Community Equipment Consortium tender. 
  Local authorities in England have a statutory duty to plan for the provision of certain home-based services, including the provision of disability aids and "community equipment", to meet the assessed eligible needs of service users who are ordinarily resident in their area. The supply of Community Equipment is a statutory duty under:
  • Care Act 2014 (Adult Social Care only)
  • Chronically Sick and Disabled Persons Act 1970
  • Children and Families Act 2014
  • National Health Service Act 2006
  • Health and Safety at Work act 1974 and Regulations
  The provision of community equipment to eligible children and adults is vital in helping to achieve efficiency and cost-effectiveness across a range of other local authority and health authority services, and to help achieve local and health authority strategic objectives.
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
  II.1.7) Total value of the procurement
  Value excluding VAT: 
				360 000 000.00 
				  GBP
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    33000000
    33190000
    33192100
    33192110
    33192120
    33192130
    33192150
    33192600
    33193000
    33196000
    33196100
    33196200
    39143110
    39143111
    39143112
    39143123
    39512300
    39522510
    63121100
    72000000
    75200000
    85000000
    85140000
    85323000
    II.2.3) Place of performance
    NUTS code:
    UKI
Main site or place of performance:
    Greater London area and neighbouring boroughs
    II.2.4) Description of the procurement
    The Royal Borough of Kensington and Chelsea (“the Authority”) invited bids for the provision of Community
    Equipment. This involves a wide range of activities such as the storage, supply, distribution, repair, collection, recycling,
    maintenance and refurbishment of a range of community equipment.
    The Authority sought to establish a single-supplier framework agreement (“the Framework”) which will be
    available for the Authority and local authorities who are existing or may become future members of the
    London Community Equipment Consortium. Further details on the Framework users is set out in VI.3.
    The key operational service requirements of the Framework are as follows:
    • Placing both the Service Users and Prescribers at the heart of the service to meet their outcomes
    • Move to standard 6 day / 12 hours per day operation
    • Right First Time - All items delivered and installed on time (without reason coding) in full with all
    components, in a clean, safe state that is fit for purpose.
    • Reduced dependency of using reason codes as an authority to fail and/or late delivery
    • Repairs are effectively triaged to reduce expensive emergency call outs. All repairs will come with a 3-month
    warranty as a minimum.
    • Offer a range of maintenance solutions, which includes an innovative approach to repair, re-use and recycling
    with a good level of general ongoing maintenance coverage. Maintenance should include installation,
    regular pre-planned maintenance checks (PPM), breakdown cover, repairs, emergency call out, out of hours
    support and decontamination
    • A life cycle model to ensure equipment usage is maximized during its useful economic life. Building upon
    current equipment review processes, balancing recycling costs with repair costs.
    • Focus on recycling and reducing landfill, with the target of most of the service to be carbon neutral during
    the lifetime of the contract.
    • Effective stock management system with real time reporting and full visibility and tracking of equipment.
    • Separate Service Level Agreement with third parties for management of non-standard stock items. These will
    be supported with partnership protocols outlined in the contract to provide express terms and parameters,
    which will enable a holistic partnership approach between the Consortium, provider and wider supply chain to
    meet challenges and explore opportunities for improved working and outcomes.
    • Implementation of London Living Wage for provider's staff.
    • Move to an electric fleet, reduce mileage by maximizing effective route planning and the number of journeys
    made.
    • Robust remedies for poor performance for call off contracts and overarching framework contracts.
    • Work dynamically with the Consortium, adapting to the changing Community Equipment and Health and
    Social Care environments, finding agile, innovative solutions to meet Service Users' needs and make
    efficiencies for the Consortium.
    II.2.5) Award criteria
    
                    Quality criterion: Quality
                    / Weighting: 60
    
                    Quality criterion: Commercial
                    / Weighting: 40
    
                    Price
                    
                      / Weighting: 
                      40
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
 
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Open procedure
                        
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.1) Previous publication concerning this procedure
  Notice number in the OJ S:
  2022/S 000-012055
 
Section V: Award of contract
          Title: London Community Equipment Consortium
        A contract/lot is awarded:
        
        Yes
      
V.2 Award of contract
V.2.1) Date of conclusion of the contract
02/02/2023
V.2.2) Information about tenders
                Number of tenders received: 2
              The contract has been awarded to a group of economic operators:
              
        No
      
V.2.3) Name and address of the contractor
  Nottingham Rehab Limited (trading as NRS Healthcare)
  01948041
  SHERWOOD HOUSE CARTWRIGHT WAY, FOREST BUSINESS PARK, COALVILLE,
  LEICESTERSHIRE
  LE67 1UB
  UK
  
            NUTS: UKF21
  The contractor is an SME:
        No
      
 
                V.2.4) Information on value of the contract/lot (excluding VAT)
              
Total value of the contract/lot: 
					: 360 000 000.00 
					  GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The Framework will be established for an initial term of 5 (five) years. There will be an option for the Authority to extend the duration of the Framework for a further period of two (2) years (a maximum duration of seven (7) years).
The value  represents the maximum estimated value of the Framework over its term for existing and potential future London Community Equipment Consortium Members (as described above). The estimated spend for the 21 current consortium members over the duration of the Framework is in the region of £315m.
The Framework will be available for the following existing and potential future members
of the London Community Equipment Consortium:
Existing members:
• City of London Corporation
• London Borough of Barking and Dagenham
• London Borough of Bromley
• London Borough of Camden
• London Borough of Ealing
• London Borough of Hammersmith and Fulham
• London Borough of Haringey
• London Borough of Harrow
• London Borough of Hillingdon
• London Borough of Hounslow
• London Borough of Islington
• London Borough of Lambeth
• London Borough of Lewisham
• London Borough of Richmond Upon Thames
• London Borough of Southwark
• London Borough of Tower Hamlets
• London Borough of Waltham Forest
• London Borough of Wandsworth
• Royal Borough of Greenwich
• Royal Borough of Kensington and Chelsea
• Westminster City Council
Potential future members:
• London Borough of Barnet
• London Borough of Bexley
• London Borough of Brent
• London Borough of Croydon
• London Borough of Enfield
• London Borough of Hackney
• London Borough of Havering
• London Borough of Kingston Upon Thames
• London Borough of Merton
• London Borough of Newham
• London Borough of Sutton
• Berkshire Councils
• Buckinghamshire Council
• Essex County Council
• Hertfordshire County Council
• Kent County Council
• North Central London Clinical Commissioning Group
• North East London Clinical Commissioning Group
• North West London Clinical Commissioning Group
• NHS South West London Clinical Commissioning Group
• NHS South East London Clinical Commissioning Group
The above list is intended to include any statutory successors of those named organisations which, in the case
of the Clinical Commissioning Groups will also include the following:
• North Central London Integrated Care System
• North East London Integrated Care System
• North West London Integrated Care System
• South West London Integrated Care System
• South East London Integrated Care System
VI.4) Procedures for review
  VI.4.1) Review body
  
    Royal Courts of Justice
    The Strand
    London
    UK
   
 
VI.5) Date of dispatch of this notice
08/02/2023