Framework Contract for the Community Equipment Service
The main purpose of the Service is to obtain, deliver and install the appropriate community equipment on loan to people living in the community.
United Kingdom-Ilford: Health services
2015/S 087-157447
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Redbridge
7th Floor, Lynton House, 255-259 High Road
For the attention of: Mr Rishi Ruchaya
IG1 1NN Ilford
UNITED KINGDOM
Telephone: +44 2087083312
E-mail: rishi.ruchaya@redbridge.gov.uk
Internet address(es):
General address of the contracting authority: www.redbridge.gov.uk
Electronic access to information: www.londontenders.org
Electronic submission of tenders and requests to participate: www.londontenders.org
Further information can be obtained from: London Borough of Redbridge
7th Floor, Lynton House, 255-259 High Road
For the attention of: Mr Rishi Ruchaya
IG1 1NN Ilford
UNITED KINGDOM
Telephone: +44 2087083312
E-mail: rishi.ruchaya@redbridge.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: London Borough of Redbridge
7th Floor, Lynton House, 255-259 High Road
For the attention of: Mr Rishi Ruchaya
IG1 1NN Ilford
UNITED KINGDOM
Telephone: +44 2087083312
E-mail: rishi.ruchaya@redbridge.gov.uk
Tenders or requests to participate must be sent to: London Borough of Redbridge
7th Floor, Lynton House, 255-259 High Road
For the attention of: Mr Rishi Ruchaya
IG1 1NN Ilford
UNITED KINGDOM
Telephone: +44 2087083312
E-mail: rishi.ruchaya@redbridge.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
City of London Corporation
PO BOX 270, Guildhall
EC2P 2EJ London
UNITED KINGDOM
The Royal Borough of Kingston
Guildhall, High Street
KT1 1EU Kingston upon Thames
UNITED KINGDOM
The London Borough of Havering
Town Hall, Main Road, Essex
RM1 3BB Romford
UNITED KINGDOM
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 UKI21
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 750 000 and 1 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The main purpose of the Service is to obtain, deliver and install the appropriate community equipment on loan to people living in the community enabling them to do tasks they would otherwise be unable to do or to provide support to a Carer to enable ongoing care in their home environment. Once the Service User has no further use of the equipment the Provider shall ensure that it is returned/ collected, cleaned and, where possible, fully serviced and then re-used.
The community equipment, along with Telecare/Telehealth, aids and adaptation can support reablement, contributing to preventing the needs for care and support; and provide a vital gateway to independence, dignity and well-being for many people living in the community.
3.3 The Service will contribute to the implementation of the following National policy, legislation and guidance including:
— Integrating Community Equipment Services, DH (2001);
— Transforming Community Equipment Services (TCES), 2006;
— Health and Safety Executive (HSE) legislations;
— Putting People First: a shared vision and commitment to the transformation of adult social care (2007);
of adult social care (2007);
— Aiming High for Disabled Children (2007);
— A Vision for Adult Social Care: Capable Communities and Active Citizens (2010);
— A Vision for Adult Social Care: capable communities and active citizens (2010);
— Healthy Lives, Healthy People: our strategy for public health in England (2010);
— Care and Support Statutory Guidance (issued under the Care Act 2014);
— Prevention and control of healthcare-associated infections in primary; and community care, National Institute for Health and Care (NICE), 2012;
— Implementing advice and alerts from The Medicines and Healthcare products Regulatory Agency (MHRA) advice and alerts; and
— TSA Code of Practice – Telecare Services Association.
3.4 It also reflects the local guidance and policy of the Participating Authorities that will be made available to the Provider at local level.
3.5 Equipment covers a broad spectrum of provision such as single to multiple; simple to complex; low-cost to high-cost and is determined by continually changing needs of Service Users. The flexibility of the Service will enable Service Users to live either independently or with the aid of Carers and/or community services, NHS and Social Service assistance.
3.6 The Participating Authorities consider all parts of the Service, including, but not limited to, an efficient IT system, crucial to the success of the Service. As such the Provider shall ensure that all parts of the Service meet the requirements of this Specification in order to provide a joined up support to Service Users.
3.7 The Provider shall be aware that there is a wide range of community equipment required to meet therapeutic, rehabilitation, mobility, independence and communication needs. Any member of the community may need to use equipment at some point in time, some for a short period of time, recuperating from an operation for example; others for an indefinite period. Most equipment users are older or disabled people and the provision of efficient and integrated community equipment provision will therefore make a great deal of impact in the following areas:
3.7.1 Prevention: the Service has a significant contribution to make in terms of preventing admissions to hospital or care homes; preventing delayed transfers of care; preventing ill health, for example pressure sores; and preventing or delaying deterioration in health;.
3.7.2 Independence: the right equipment can help people maintain their independence by allowing people to continue to carry out everyday tasks such as toileting, bathing, feeding and drinking. Equipment can also help with mobility;. and
3.7.3 Caring: equipment can enable care and nursing needs to be attended to in a community setting by either paid or family Carers. Equipment can keep the Carer safe when moving and handling is required, preventing injury to the Carer and reducing the need for home care packages.
4 Aims of the Service
4.1 The aim of the Service is to supply, deliver, fit, install, adjust, repair/refurbish, collect, decontaminate and recycle or dispose of items of equipment requisitioned by authorised Prescribers. The main components of the Service include, but are not limited to:
4.1.1 Procuring equipment (Standard Stock and Special/Bespoke equipment) including paediatric and sensory equipment as requested by Prescribers to the standards and guidance as set by the Medical and Healthcare Product Regulatory Agency (‘MHRA’) and identified within the NHS Controls Assurance Standards;
4.1.2 Providing on-site technical advice, working with practitioners/clinicians, attending joint visits and advising clinicians on all aspects of minor adaptations and technicalities around equipment;
4.1.3 Delivering the right items of equipment for daily living or nursing equipment to Service Users on short or long term loan basis to Service Users’ homes within timescales as instructed by the Prescriber and Authoriseding Officer;
4.1.4 Delivering items to peripheral stores, hospitals, schools and day centres where instructed by the Authoriseding Officer;
4.1.5 Collecting equipment (avoiding contamination with equipment being delivered) from the Service User’s home or community setting when no longer required;
4.1.6 Providing and maintaining the Framework Equipment Catalogue;
4.1.7 Servicing, maintenance and repair of all items of equipment supplied in accordance with the manufacturer’s recommendations, including regular service of hoists and any other equipment specified by the Prescriber or Authorised Officer while the equipment is on issue to the Service Users, in the warehouse and before re-issue;
4.1.8 Establishing close working links with Cclinicians and Prescribers in acute, primary, secondary, community teams and other health care establishments;
4.1.9 Administering, over-seeing and quality checking any minor modifications/adaptations undertaken by subcontractors;
4.1.10 Recycling of equipment;
4.1.11 Storing a range of equipment, including returned Specials belonging to Participating Authorities;
4.1.12 Agreeing and maintaining minimum service stock for Standard Stock items;
4.1.13 Cleaning and refurbishment of returned equipment to enable its re-use as quickly as reasonably practicable;
4.1.14 Fitting, installing, adjusting and/or assembling equipment and providing safety instructions to Service Users, including but not limited to instruction on how to clean and use the equipment provided if required;
4.1.15 Safe disposal of all equipment collected from or returned by Service Users where the equipment is unsuitable for re-use and beyond economic repair;
4.1.16 Producing management reports and keeping of all records; and
4.1.17 Providing efficient Information Technology System to carry out all the above activities as well as providing management information and a Service Users database.
4.2 In general, as specified throughout this Specification, the Provider shall ensure that all aspects of the Service are within the control or responsibility of the Provider. The Service shall be provided in a manner that meets the principles of Best Value, including but not limited to value for money, service quality, service performance, high levels of customer care and communications and best and appropriate use of all available resources.
II.1.6)Common procurement vocabulary (CPV)
85100000, 85300000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.2)Information about options
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.1.4)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: See tender documents.
III.2.3)Technical capacity
See tender documents.
Minimum level(s) of standards possibly required:
See tender documents.
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.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 40
2. Quality. Weighting 60
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
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.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
London Borough of Redbridge
Lynton House, 255-259 High Road
IG1 1NY Ilford
UNITED KINGDOM
E-mail: procurement@redbridge.gov.uk
Telephone: +44 2087083588
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
London Borough of Redbridge
Lynton House, 255-259 High Road
IG1 1NY Ilford
UNITED KINGDOM
E-mail: procurement@redbridge.gov.uk
Telephone: +44 2087083588
VI.5)Date of dispatch of this notice: