II.2.2) Additional CPV code(s)
33000000
33190000
33192100
33192110
33192120
33192130
33192150
33192600
33193000
33196000
33196100
33196200
39143110
39143111
39143112
39143123
39512300
39522510
63121100
72000000
75200000
85000000
85140000
85323000
II.2.3) Place of performance
NUTS code:
UKI
Main site or place of performance:
Greater London area and neighbouring boroughs
II.2.4) Description of the procurement
The Royal Borough of Kensington and Chelsea (“the Authority”) invites bids for the provision of Community Equipment.
This involves a wide range of activities such as the storage, supply, distribution, repair, collection, recycling, maintenance and refurbishment of a range of community equipment.
The Authority is seeking to establish a single-supplier framework agreement (“the Framework”) which will be available for the Authority and local authorities who are existing or may become future members of the London Community Equipment Consortium. Further details on the Framework users is set out in II.2.11.
The key operational service requirements of the Framework are as follows:
• Placing both the Service Users and Prescribers at the heart of the service to meet their outcomes
• Move to standard 6 day / 12 hours per day operation
• Right First Time - All items delivered and installed on time (without reason coding) in full with all components, in a clean, safe state that is fit for purpose.
• Reduced dependency of using reason codes as an authority to fail and/or late delivery
• Repairs are effectively triaged to reduce expensive emergency call outs. All repairs will come with a 3-month warranty as a minimum.
• Offer a range of maintenance solutions, which includes an innovative approach to repair, re-use and re-cycling with a good level of general ongoing maintenance coverage. Maintenance should include installation, regular pre-planned maintenance checks (PPM), breakdown cover, repairs, emergency call out, out of hours support and decontamination
• A life cycle model to ensure equipment usage is maximized during its useful economic life. Building upon current equipment review processes, balancing recycling costs with repair costs.
• Focus on recycling and reducing landfill, with the target of most of the service to be carbon neutral during the lifetime of the contract.
• Effective stock management system with real time reporting and full visibility and tracking of equipment.
• Separate Service Level Agreement with third parties for management of non-standard stock items. These will be supported with partnership protocols outlined in the contract to provide express terms and parameters, which will enable a holistic partnership approach between the Consortium, provider and wider supply chain to meet challenges and explore opportunities for improved working and outcomes.
• Implementation of London Living Wage for provider's staff.
• Move to an electric fleet, reduce mileage by maximizing effective route planning and the number of journeys made.
• Robust remedies for poor performance for call off contracts and overarching framework contracts.
• Work dynamically with the Consortium, adapting to the changing Community Equipment and Health and Social Care environments, finding agile, innovative solutions to meet Service Users' needs and make efficiencies for the Consortium.
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:
360 000 000.00
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 Framework will be established for an initial term of 5 (five) years. There will be an option for the Authority to extend the duration of the Framework for a further period of two (2) years (a maximum duration of seven (7) years).
The estimated value in II.1.5 and II.2.6 represents the maximum estimated value of the Framework over its term for existing and potential future London Community Equipment Consortium Members (as described above). The estimated spend for the 21 current consortium members over the duration of the Framework is in the region of £315m.
Continued from II.2.4: The Framework will be available for the following existing and potential future members of the London Community Equipment Consortium:
Existing members:
• City of London Corporation
• London Borough of Barking and Dagenham
• London Borough of Bromley
• London Borough of Camden
• London Borough of Ealing
• London Borough of Hammersmith and Fulham
• London Borough of Haringey
• London Borough of Harrow
• London Borough of Hillingdon
• London Borough of Hounslow
• London Borough of Islington
• London Borough of Lambeth
• London Borough of Lewisham
• London Borough of Richmond Upon Thames
• London Borough of Southwark
• London Borough of Tower Hamlets
• London Borough of Waltham Forest
• London Borough of Wandsworth
• Royal Borough of Greenwich
• Royal Borough of Kensington and Chelsea
• Westminster City Council
Potential future members:
• London Borough of Barnet
• London Borough of Bexley
• London Borough of Brent
• London Borough of Croydon
• London Borough of Enfield
• London Borough of Hackney
• London Borough of Havering
• London Borough of Kingston Upon Thames
• London Borough of Merton
• London Borough of Newham
• London Borough of Sutton
• Berkshire Councils
• Buckinghamshire Council
• Essex County Council
• Hertfordshire County Council
• Kent County Council
• North Central London Clinical Commissioning Group
• North East London Clinical Commissioning Group
• North West London Clinical Commissioning Group
• NHS South West London Clinical Commissioning Group
• NHS South East London Clinical Commissioning Group
The above list is intended to include any statutory successors of those named organisations which, in the case of the Clinical Commissioning Groups will also include the following:
• North Central London Integrated Care System
• North East London Integrated Care System
• North West London Integrated Care System
• South West London Integrated Care System
• South East London Integrated Care System
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The Authority reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.