Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Doncaster Council
182338557
Civic Office, Waterdale
Doncaster
DN1 3BU
UK
Contact person: Shaun Ferron
Telephone: +44 1302862405
E-mail: Shaun.Ferron@doncaster.gov.uk
NUTS: UKE31
Internet address(es)
Main address: https://www.doncaster.gov.uk/
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104514
I.1) Name and addresses
NHS Doncaster Clinical Commissioning Group
Sovereign House/White Rose House, Heavens Walk
Doncaster
DN4 5DJ
UK
E-mail: shaun.ferron@doncaster.gov.uk
NUTS: UKE31
Internet address(es)
Main address: https://www.doncasterccg.nhs.uk/
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=49645&B=UK
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=49645&B=UK
Tenders or requests to participate must be sent to the abovementioned address
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
Integrated Community Equipment Loan Service (ICELS)
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Authority acting as the Lead Commissioner is seeking to jointly re-commission the Integrated Community Equipment Service for itself and the Doncaster Clinical Commissioning Group.
The ICELS service will support the following aims
• Enabling people to be supported in their own homes
• Reducing the number of hospital admissions and re-admissions
• Reducing the number of care home admissions
• Reducing the number of falls
• Facilitating early discharge from hospital
• Reducing the number, cost and intensity of care packages/nurse visit, e.g. enabling
single hand care
• Reduce the burden on Carers and risk of Carer breakdown, whilst increasing
confidence and peace of mind
• Supporting end of life care, delivered within the individuals chosen environment
• Improving health and wellbeing by maximising independence, choice, control, dignity
and quality of life within the individual’s home
II.1.5) Estimated total value
Value excluding VAT:
31 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
33100000
33190000
33196100
33196200
35820000
75200000
85323000
98000000
II.2.3) Place of performance
NUTS code:
UKE31
Main site or place of performance:
Borough of Doncaster
II.2.4) Description of the procurement
The Authority acting as the Lead Commissioner is seeking to jointly re-commission the Integrated Community Equipment Service for itself and the Doncaster Clinical Commissioning Group.
The ICELS service will support the following aims
• Enabling people to be supported in their own homes
• Reducing the number of hospital admissions and re-admissions
• Reducing the number of care home admissions
• Reducing the number of falls
• Facilitating early discharge from hospital
• Reducing the number, cost and intensity of care packages/nurse visit, e.g. enabling
single hand care
• Reduce the burden on Carers and risk of Carer breakdown, whilst increasing
confidence and peace of mind
• Supporting end of life care, delivered within the individuals chosen environment
• Improving health and wellbeing by maximising independence, choice, control, dignity
and quality of life within the individual’s home
In addition to providing the equipment, the contract will include the delivery, collection, cleaning, storage, installation, decontamination, servicing, maintenance and recycling of the equipment.
The Service shall operate based on credit back model for the purchase of Community Equipment (CE) stock. The Provider shall own the CE stock; the Commissioners shall purchase CE from the Provider when required. During the period in which the CE is loaned to Service Users, ownership of the CE will pass from the Provider to the Commissioners. The responsibility for accountability, serviceability and maintenance for CE will remain with the Provider.
The Provider shall, upon collection of the CE from the Service User, credit back the agreed equipment value to the Commissioners once it has been collected, decontaminated and is ready for re-issue.
All Special CE will be owned by the Commissioners from date of purchase. The responsibility for accountability, serviceability and maintenance of Special CE will remain with the Provider. The CE stock will comprise of all CE including component parts, spares and consumables.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
31 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The Contract may be extended for a further 2 x 12 month periods at the sole discretion of the Council
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/08/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
22/08/2022
Local time: 12:00
Place:
Electronically
Information about authorised persons and opening procedure:
Authorised persons the council only
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
As part of tender process the successful provider will be required to enter into contract with the Social Value Portal for the monitoring of there social value offer. More details can be found in the procurement documents.
Due to the nature of the contract the contract values are based on a estimated activity levels over the full life of the contract including extensions.
VI.4) Procedures for review
VI.4.1) Review body
Doncaster Council
Civic Office
Doncaster
DN13BU
UK
E-mail: strategicprocurementteam@doncaster.gov.uk
VI.4.4) Service from which information about the review procedure may be obtained
Doncaster Council
Civic Office
Doncaster
DN13BU
UK
E-mail: strategicprocurementteam@doncaster.gov.uk
VI.5) Date of dispatch of this notice
24/06/2022