Modification notice
Modification of a contract/concession during its term
Section I: Contracting
entity
I.1) Name and addresses
Buckinghamshire Council
Walton Street Offices, Walton Street
Aylesbury
HP20 1UA
UK
Contact person: Adrian Ratcliff
Telephone: +44 1296383337
E-mail: adrian.ratcliff@buckinghamshire.gov.uk
NUTS: UKJ13
Internet address(es)
Main address: https://www.buckinghamshire.gov.uk
Address of the buyer profile: https://www.buckinghamshire.gov.uk
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Integrated Community Equipment Service (ICES)
Reference number: DN15890
II.1.2) Main CPV code
85323000
II.1.3) Type of contract
Services
II.2) Description
II.2.2) Additional CPV code(s)
33196000
33196100
33196200
33190000
79711000
51300000
33193200
50421100
85142400
II.2.3) Place of performance
NUTS code:
UKJ13
II.2.4) Description of the procurement
Buckinghamshire County Council (from 1 April 2020 Buckinghamshire Council), in partnership with NHS organisations in Buckinghamshire, is looking to establish a more singular integrated community equipment service.
The service will consist of the procurement, storage, supply, distribution, repair, collection, recycling, maintenance and refurbishment of a range of community equipment. This will be for simple aids to daily living, complex aids to daily living, sensory aids, environmental control solutions and telecare/telehealth (including associated services).
There will be an option to widen the contract scope to include long term wheelchairs and continence products subject to proven cost effectiveness. The intention is to include this after the first year of the contract.
Recognising the changing requirements in health and social care, the commissioners are seeking to purchase services more innovatively through a single point of contact provider who has experience and expertise across the service range.
The commissioners recognise that, whilst some providers may be able to provide the whole range of services being considered, some providers may wish to work in partnership with other organisations.
II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 84
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 V: Award of contract/concession
Contract No: 1
Title: Integrated Community Equipment Service (ICES)
V.2 Award of contract/concession
V.2.1) Date of conclusion of the contract/concession
04/07/2014
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor/concessionaire
Nottingham Rehab Ltd
Sherwood House, Cartwright Way
Coalville
LE67 1UB
UK
NUTS: UKF22
The contractor/concessionaire is an SME:
No
V.2.4) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot:
/concession: 30 000 000.00
GBP
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Buckinghamshire Council
Walton Street Offices, Walton Street
Aylesbury
HP20 1UA
UK
VI.4.2) Body responsible for mediation procedures
Buckinghamshire Council
Walton Street Offices, Walton Street
Aylesbury
HP20 1UA
UK
VI.5) Date of dispatch of this notice
22/09/2020
Section VII: Modifications to the contract/concession
VII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code
85323000
VII.1.2) Additional CPV code(s)
33196000
33196100
33196200
79711000
33190000
51300000
33193200
50421100
85142400
VII.1.3) Place of performance
NUTS code:
UKJ13
VII.1.4) Description of the procurement
Buckinghamshire County Council (from 1 April 2020 Buckinghamshire Council), in partnership with NHS organisations in Buckinghamshire, is looking to establish a more singular integrated community equipment service.
The service will consist of the procurement, storage, supply, distribution, repair, collection, recycling, maintenance and refurbishment of a range of community equipment. This will be for simple aids to daily living, complex aids to daily living, sensory aids, environmental control solutions and telecare/telehealth (including associated services).
There will be an option to widen the contract scope to include long term wheelchairs and continence products subject to proven cost effectiveness. The intention is to include this after the first year of the contract.
Recognising the changing requirements in health and social care, the commissioners are seeking to purchase services more innovatively through a single point of contact provider who has experience and expertise across the service range.
The commissioners recognise that, whilst some providers may be able to provide the whole range of services being considered, some providers may wish to work in partnership with other organisations.
VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 90
VII.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the procurement: 50 530 689.00 GBP
The contract/concession has been awarded to a group of economic operators:
No
VII.1.7) Name and address of the contractor/concessionaire
Nottingham Rehab Ltd
Sherwood House, Cartwright Way
Coalville
LE67 1UB
UK
NUTS: UKF22
The contractor/concessionaire is an SME:
No
VII.2) Information about modifications
VII.2.1) Description of the modifications
In line with regulation 72, it is intended that this modification would allow the existing provider to continue to deliver the service for a further 6 months during which a procurement exercise can take place, where this has been unable to be completed due to the unforeseeable circumstances of the Covid-19 pandemic.
VII.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
Regulation 72(1)(c):
(i) The need for modification has been brought about by circumstances which a diligent contracting authority could not have foreseen; Covid-19 has caused disruption to the procurement process with a significant proportion of the integrated commissioning service focused on responding to the pandemic. This could not have been foreseen or planned for:
(ii) The modification does not alter the overall nature of the contract; it is intended that the contract will be delivered to the existing specification by the existing provider. There are no further extension options for this contract.
(iii) Any increase in price does not exceed 50 % of the value of the original contract or framework agreement; the proposed 6 month modification equates to approximately 8 % of the total contract value.
VII.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned)
Value excluding VAT: 46 886 202.00 Currency: GBP
Total contract value after the modifications
Value excluding VAT: 50 530 689.00 Currency: GBP