Notice Information
Notice Title
London Community Equipment Consortium Framework Agreement - CF Award Notice
Notice Description
The Royal Borough of The Royal Borough of Kensington and Chelsea ("the Authority") invited 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 sought 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 recycling 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-5cd631d4-2c6f-46e3-a002-b70f16fe5b8f
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/24f436f2-b0de-460c-9c06-6480a7de1529
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- SME
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
33 - Medical equipments, pharmaceuticals and personal care products
-
- CPV Codes
33100000 - Medical equipments
Notice Value(s)
- Tender Value
- £360,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- £360,000,000 £100M-£1B
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 Feb 20233 years ago
- Submission Deadline
- 4 Jul 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 27 Jan 20233 years ago
- Contract Period
- 31 Mar 2023 - 31 Mar 2028 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CAPITALESOURCING
- Contact Name
- Royal Borough of Kensington and Chelsea
- Contact Email
- tenders@westminster.gov.uk
- Contact Phone
- 0
Buyer Location
- Locality
- LONDON
- Postcode
- W8 7NX
- Post Town
- West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI33 Kensington & Chelsea and Hammersmith & Fulham
- Delivery Location
- TLI London
-
- Local Authority
- Kensington and Chelsea
- Electoral Ward
- Campden
- Westminster Constituency
- Kensington and Bayswater
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/24f436f2-b0de-460c-9c06-6480a7de1529
8th February 2023 - Awarded contract notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-5cd631d4-2c6f-46e3-a002-b70f16fe5b8f-2023-02-08T14:35:42Z",
"date": "2023-02-08T14:35:42Z",
"ocid": "ocds-b5fd17-5cd631d4-2c6f-46e3-a002-b70f16fe5b8f",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_286628/1177413",
"title": "London Community Equipment Consortium Framework Agreement - CF Award Notice",
"description": "The Royal Borough of The Royal Borough of Kensington and Chelsea (\"the Authority\") invited 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 sought 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 recycling 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.",
"datePublished": "2022-05-09T17:25:59+01:00",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "33100000",
"description": "Medical equipments"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "London",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 360000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2022-07-04T12:00:00+01:00"
},
"contractPeriod": {
"startDate": "2023-04-01T00:00:00+01:00",
"endDate": "2028-03-31T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "goods"
},
"parties": [
{
"id": "GB-CFS-235149",
"name": "capitalEsourcing",
"identifier": {
"legalName": "capitalEsourcing"
},
"address": {
"streetAddress": "Hornton Street,",
"locality": "London",
"postalCode": "W8 7NX",
"countryName": "England"
},
"contactPoint": {
"name": "Royal Borough of Kensington and Chelsea",
"email": "tenders@westminster.gov.uk",
"telephone": "0"
},
"roles": [
"buyer"
]
},
{
"id": "GB-CFS-235150",
"name": "NRS Healthcare",
"identifier": {
"legalName": "NRS Healthcare"
},
"address": {
"streetAddress": "Sherwood House, Coalville, Leicestershire, LE67 1GJ, UNITED KINGDOM"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-CFS-235149",
"name": "capitalEsourcing"
},
"awards": [
{
"id": "ocds-b5fd17-5cd631d4-2c6f-46e3-a002-b70f16fe5b8f-1",
"status": "active",
"date": "2023-01-27T00:00:00Z",
"datePublished": "2023-02-08T14:35:42Z",
"value": {
"amount": 360000000,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-235150",
"name": "NRS Healthcare"
}
],
"contractPeriod": {
"startDate": "2023-04-01T00:00:00+01:00",
"endDate": "2028-03-31T23:59:59+01:00"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/24f436f2-b0de-460c-9c06-6480a7de1529",
"datePublished": "2023-02-08T14:35:42Z",
"format": "text/html",
"language": "en"
}
]
}
]
}