Award

London Community Equipment Consortium Framework Agreement - CF Award Notice

CAPITALESOURCING

This public procurement record has 1 release in its history.

Award

08 Feb 2023 at 14:35

Summary of the contracting process

The Royal Borough of Kensington and Chelsea has awarded a £360 million contract for the London Community Equipment Consortium Framework Agreement, focusing on the provision of community equipment. This contract, classified under the medical equipment category, aims to enhance service quality and efficiency through various operational requirements. The contract's tender period ended on 4th July 2022, with the contract set to run from 1st April 2023 to 31st March 2028.

This public procurement opportunity presents a significant chance for businesses in the medical equipment industry, particularly those capable of meeting the detailed operational service requirements outlined in the framework agreement. With a focus on standardizing service operations and maximising equipment usage efficiency, organisations interested in community equipment provision and maintenance, as well as those committed to sustainability and social responsibility, are well-suited to compete for this contract.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

NRS HEALTHCARE

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
                }
            ]
        }
    ]
}