Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Integrated Community Equipment Loan Service (ICELS)

  • First published: 25 June 2022
  • Last modified: 25 June 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-034aa9
Published by:
Doncaster Council
Authority ID:
AA76095
Publication date:
25 June 2022
Deadline date:
22 August 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
85323000 Community health services Social services
33196200 Devices for the disabled Medical aids
33196100 Devices for the elderly Medical aids
85000000 Health and social work services Other Services
33100000 Medical equipments Medical equipments, pharmaceuticals and personal care products
33190000 Miscellaneous medical devices and products Medical equipments
98000000 Other community, social and personal services Other Services
75200000 Provision of services to the community Administration, defence and social security services
35820000 Support equipment Individual and support equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Shaun.Ferron@doncaster.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.