Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Dyfarnu Contract

Community Equipment Framework

  • Cyhoeddwyd gyntaf: 09 Chwefror 2023
  • Wedi'i addasu ddiwethaf: 09 Chwefror 2023

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-02e638
Cyhoeddwyd gan:
Royal Borough of Kensington and Chelsea
ID Awudurdod:
AA56036
Dyddiad cyhoeddi:
09 Chwefror 2023
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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. Further details on the Framework users is set out in VI.3.

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.

Testun llawn y rhybydd

Hysbysiad dyfarnu contract

Canlyniadau'r weithdrefn gaffael

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Royal Borough of Kensington and Chelsea

Hornton Street,

London

W8 7NX

UK

Person cyswllt: Ravi Sharma

E-bost: tenders@westminster.gov.uk

NUTS: UKI

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: www.capitalesourcing.com

Cyfeiriad proffil y prynwr: www.rbkc.gov.uk

I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Community Equipment Framework

Cyfeirnod: prj_WCC_19549

II.1.2) Prif god CPV

33100000

 

II.1.3) Y math o gontract

Cyflenwadau

II.1.4) Disgrifiad byr

Notice of Award for the Framework Agreement of the London Community Equipment Consortium tender.

Local authorities in England have a statutory duty to plan for the provision of certain home-based services, including the provision of disability aids and "community equipment", to meet the assessed eligible needs of service users who are ordinarily resident in their area. The supply of Community Equipment is a statutory duty under:

• Care Act 2014 (Adult Social Care only)

• Chronically Sick and Disabled Persons Act 1970

• Children and Families Act 2014

• National Health Service Act 2006

• Health and Safety at Work act 1974 and Regulations

The provision of community equipment to eligible children and adults is vital in helping to achieve efficiency and cost-effectiveness across a range of other local authority and health authority services, and to help achieve local and health authority strategic objectives.

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.1.7) Cyfanswm gwerth y caffaeliad

Gwerth heb gynnwys TAW: 360 000 000.00 GBP

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

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) Man cyflawni

Cod NUTS:

UKI


Prif safle neu fan cyflawni:

Greater London area and neighbouring boroughs

II.2.4) Disgrifiad o’r caffaeliad

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. Further details on the Framework users is set out in VI.3.

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.

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 60

Maes prawf ansawdd: Commercial / Pwysoliad: 40

Price / Pwysoliad:  40

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2022/S 000-012055

Section V: Dyfarnu contract

Teitl: London Community Equipment Consortium

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

02/02/2023

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 2

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Nottingham Rehab Limited (trading as NRS Healthcare)

01948041

SHERWOOD HOUSE CARTWRIGHT WAY, FOREST BUSINESS PARK, COALVILLE,

LEICESTERSHIRE

LE67 1UB

UK

NUTS: UKF21

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: 360 000 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section VI: Gwybodaeth ategol

VI.3) Gwybodaeth ychwanegol

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 value 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.

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

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Royal Courts of Justice

The Strand

London

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

08/02/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
39143123 Byrddau erchwyn gwely Dodrefn ystafell wely, ystafell fwyta ac ystafell fyw
33193000 Cadeiriau olwyn, cerbydau i bobl anabl a dyfeisiau cysylltiedig Dyfeisiau a chynhyrchion meddygol amrywiol
33192600 Cyfarpar cario ar gyfer y sector gofal iechyd Dodrefn meddygol
33100000 Cyfarpar meddygol Cyfarpar meddygol, deunydd fferyllol a chynhyrchion gofal personol
33000000 Cyfarpar meddygol, deunydd fferyllol a chynhyrchion gofal personol Deunyddiau a Chynhyrchion
33196000 Cymhorthion meddygol Dyfeisiau a chynhyrchion meddygol amrywiol
39143111 Cynalyddion matres Dodrefn ystafell wely, ystafell fwyta ac ystafell fyw
75200000 Darparu gwasanaethau i’r gymuned Gwasanaethau gweinyddu, amddiffyn a nawdd cymdeithasol
33190000 Dyfeisiau a chynhyrchion meddygol amrywiol Cyfarpar meddygol
33196200 Dyfeisiau i bobl anabl Cymhorthion meddygol
33196100 Dyfeisiau i'r henoed Cymhorthion meddygol
39512300 Gorchuddion matresi Dillad gwely
85000000 Gwasanaethau iechyd a gwaith cymdeithasol Gwasanaethau eraill
85140000 Gwasanaethau iechyd amrywiol Gwasanaethau iechyd
85323000 Gwasanaethau iechyd cymunedol Gwasanaethau cymdeithasol
63121100 Gwasanaethau storio Gwasanaethau storio ac adalw
72000000 Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth Gwasanaethau Cyfrifiadurol a Chysylltiedig
39143110 Gwelyau a dillad gwely a llenni a deunyddiau arbenigol Dodrefn ystafell wely, ystafell fwyta ac ystafell fyw
33192130 Gwelyau â modur Dodrefn meddygol
33192100 Gwelyau at ddefnydd meddygol Dodrefn meddygol
33192110 Gwelyau orthopedig Dodrefn meddygol
33192150 Gwelyau therapi Dodrefn meddygol
33192120 Gwelyau ysbyty Dodrefn meddygol
39143112 Matresi Dodrefn ystafell wely, ystafell fwyta ac ystafell fyw
39522510 Matresi niwmatig Tarpolinau, hwyliau ar gyfer cychod, hwylfyrddau neu gychod tir, adlenni, bleinds haul, pebyll a nwyddau gwersylla

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
tenders@westminster.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.