By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Integrated Community Equipment and Support Service (CMS 4421)

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Warwickshire County Council
Strategic Procurement Unit, PO Box 3, Shire Hall, Market Square
For the attention of: John Hopper, Category Manager
CV34 4RH Warwick
UNITED KINGDOM
Telephone: +44 1926412341
E-mail:

Internet address(es):

General address of the contracting authority: www.warwickshire.gov.uk

Address of the buyer profile: http://www.warwickshire.gov.uk/procurement

Electronic access to information: http://www.csw-jets.co.uk

Electronic submission of tenders and requests to participate: http://www.csw-jets.co.uk

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
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

NHS Coventry and Rugby Clinical Commissioning Group
Christchurch House, Greyfriars Lane, Coventry
CV1 2GQ Coventry
UNITED KINGDOM

NHS South Warwickshire Clinical Commissioning Group
Westgate House, Market Street, Warwick, Warwickshire
CV34 4DE Warwick
UNITED KINGDOM

NHS Warwickshire North Clinical Commissioning Group
Lewes House, Nuneaton, Warwickshire
CV10 7DJ Nuneaton
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Integrated Community Equipment and Support Service (CMS 4421)
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: The County Council boundaries of Warwickshire County Council, or where the service user is a patient of one of the Clinical Commissioning Groups then the location where they live which is generally within a reasonable distance of the boundaries: however this contract is available to other local authorities and Clinical Commissioning Groups in the West Midlands region. Details of these other authorities is included within the Invitation to Tender documentation.

NUTS code UKG

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Authority is seeking to jointly re-commission the Integrated Community Equipment and Support Service (ICESS) for itself and for its Health Partners within the County of Warwickshire.
The service is required to deliver Community Equipment and Assistive Technology Services to support the Personalisation Agenda, encouraging and enabling the public to access the support and assistance to remain independent. The service will be available to people who purchase their own support as well as those who are patients of NHS Clinical Commissioning Groups as detailed below or customers of Warwickshire County Council and will be available seven days per week throughout the year.
In this contract Warwickshire County Council acts as the lead commissioner under a formal partnership agreement (made under section 75 of the National Health Service Act 2006 Agreement), with: -
NHS Coventry and Rugby Clinical Commissioning Group;
NHS South Warwickshire Clinical Commissioning Group;
NHS Warwickshire North Clinical Commissioning Group.
(together called ‘the Partners')
The Integrated Community Equipment and Support Service will:
- Procure, deliver, install (including minor adaptations to properties) collect, maintain, store and recycle a range of Health and Social Care equipment.
- Provide demonstration facilities locally accessible to the people of Warwickshire.
- Provide information, advice and assessment services to people who may wish to privately purchase equipment and / or services.
- Provide a monitoring and emergency response service.
- Provide a ‘Just Checking' Service which will receive referrals from prescribers to monitor customer activity in their own home as part of the assessment of customer need.
- Support the Partners to develop Assistive Technology services to support the people of Warwickshire throughout the lifetime of the contract.
During the duration of the contract there will be services which are reconfigured or new services introduced which may require a variation. The required changes to the service delivery model will be by agreement between the Authority and the Provider. Further details are included in the tender documentation.
This contract will also be available for other local authorities and clinical commissioning groups in the West Midlands region - further details are included within the tender documentation.
II.1.6)Common procurement vocabulary (CPV)

85000000, 33193000, 33700000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The contract will span up to 7 years (initially 5 years with up to a further 2 years extension at the discretion of the Authority and subject to satisfactory performance by the successful tenderer).
The estimated value range makes provision for the participation of additional authorities should they decide to access this contract.
Warwickshire County Council and its partners anticipate spending approximately 20m GBP to 40m GBP over the life of this contract however there is no guarantee of this level of business.
Estimated value excluding VAT:
Range: between 20 000 000 and 100 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Up to a further 2 years extension at the discretion of the Authority and subject to satisfactory performance by the successful tenderer.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As detailed in the tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As detailed in the tender documentation.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Evidence as required as stated in the tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Evidence as required as stated in the tender documentation.
The Council will undertake a full assessment of 3 years accounts or equivalent evidence supported by an independent report from a credit referencing agency where this is available (i.e. not for 3rd Sector or new start-up company). The Council may also impose a Bond or Performance guarantee.
Potential bidders are advised that the Council will hold further discussions with regard to to the financial viability of bids as part of the evaluation process.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Evidence as required as stated in the tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
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)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
In-tend Project Ref: 00000858
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 12.3.2014 - 15:00
IV.3.4)Time limit for receipt of tenders or requests to participate
12.3.2014 - 15:00
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 12.3.2014 - 15:30

Place:

Warwickshire County Council, Shire Hall, Market Place, Warwick, CV34 4RH.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Officers of Warwickshire County Council and /or their appointed agents.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 60 months from contract commencement unless the available option periods are taken.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

Warwickshire County Council will be using its e-tendering system (In-Tend) for the administration of this procurement process and providers must register with the system to be able to express an interest. The web address is https://csw-jets.co.uk. Registration and use of In-Tend is free. Once registered all correspondence for this procurement process must be via the in-tend correspondence function. However if you are unable to register with the web-site please either e-mail us at or call +441926412341.

This is a Voluntary Notice in relation to a Part B Service.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
30.1.2014