Published date: 9 May 2022

This notice was replaced on 8 February 2023

This notice does not contain the most up-to-date information about this procurement. The most recent notice is:

Awarded contract (published 8 February 2023)

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Contract summary

Industry

  • Medical equipments - 33100000

Location of contract

London

Value of contract

£360,000,000

Procurement reference

tender_286628/1052486

Published date

9 May 2022

Closing date

23 June 2022

Closing time

12pm

Contract start date

1 April 2023

Contract end date

31 March 2028

Contract type

Supply contract

Procedure type

Open procedure (above threshold)

Any interested supplier may submit a tender in response to an opportunity notice.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

No

Contract is suitable for VCSEs?

No


Description

Further to the Contract Notice published on through Find a Tender Service 09 May 2022 with reference 2022/S 000-012055, the Royal Borough of 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.

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.


More information

Links

Additional text

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).

This Tender will be accessible via our e-sourcing portal, kindly visit; www.capitalesourcing.com and search for the following reference: itt_WCC_15598 - Community Equipment Consortium ITT. If you have any questions, please submit these through the e-tendering portal.


About the buyer

Contact name

Royal Borough of Kensington and Chelsea

Address

Hornton Street
London
W8 7NX
England

Email

tenders@westminster.gov.uk