Derbyshire Integrated Community Equipment Service
The Provider will offer an efficient, cost effective and comprehensive client centred equipment delivery and minor adaptations service.
United Kingdom-Matlock: Health and social work services
2015/S 061-106618
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Derbyshire County Council
Adult Care Department, County Hall
Contact point(s): Carol Riley
For the attention of: carol.riley@derbyshire.gov.uk
DE4 3AG Matlock
UNITED KINGDOM
Telephone: +44 7580739739
E-mail: carol.riley@derbyshire.gov.uk
Fax: +44 1629532220
Internet address(es):
General address of the contracting authority: www.derbyshire.gov.uk
Address of the buyer profile: www.sourcederbyshire.co.uk
Electronic access to information: www.eastmidstenders.org
Electronic submission of tenders and requests to participate: www.eastmidstenders.org
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 25: Health and social services
NUTS code UKF1
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Subject to affordability by the Purchasing Parties, the service will be required seven days per week and be operational between 8:00 and 20:00 (Instructions to Tenderers Document paragraph 10.8).
The following Equipment and Services are within the scope of this service and will be provided to adults and children as identified by Health and Social Care staff:
— equipment for residents of care homes, as agreed by commissioners;
— equipment for daily living;
— moving and handling equipment;
— mobility aids;
— minor adaptations up to the value of 1 000 GBP;
— assessment and demonstration equipment;
— the procurement and management of Non Contract Equipment;
— short term wheelchairs and accessories;
— support an on-site clinical and management team;
— product awareness and innovation developments;
— training and support to Prescribers on the Providers IT system and Equipment;
— Provider IT system inclusive of on-line ordering and equipment tracking.
This contract is being procured on behalf of Derbyshire County Council, Erewash Clinical Commissioning Group, Hardwick Clinical Commissioning, North Derbyshire Clinical Commissioning Group and Southern Derbyshire Clinical Commissioning Group.
II.1.6)Common procurement vocabulary (CPV)
85000000, 33000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Fixed term 5 years with the option to extend for three 12 month periods.
The expected annual spend by the Council and funding parties is approximately 6 000 000 GBP per annum and 48 000 000 GBP over the maximum life of the contract.
Estimated value excluding VAT: 48 000 000 GBP
II.2.2)Information about options
Description of these options: The Authority may extend the contract by a maximum of 3 12 month periods.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As detailed in the tender documentation.
III.2.3)Technical capacity
As detailed in the tender documentation.
Minimum level(s) of standards possibly required:
As detailed in the tender documentation.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 1.5.2015 – 11:15
Place:
County Hall, Matlock.
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: March 2019 subject to use of options to extend beyond the fixed term.
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: