Integrated Community Care Equipment and Associated Services

Award

Value

£0

Classifications

  • Health and social work services
  • Miscellaneous health services
  • Community health services
  • Rehabilitation services
  • Lifting equipment for health care sector
  • Residential nursing care services
  • Walking aids
  • Invalid carriages, wheelchairs and associated devices
  • Invalid carriages and wheelchairs
  • Wheelchairs
  • Motorised wheelchairs
  • Mattresses
  • Medical aids
  • Medical equipments, pharmaceuticals and personal care products
  • Hospital support services
  • Alarm-monitoring services
  • Fire-alarm systems
  • Alarm systems
  • Clinical-waste disposal services
  • Collection, transport and disposal of hospital waste
  • Recording systems and exploration devices
  • Miscellaneous medical devices and products
  • Patient-monitoring system
  • Parts and accessories for invalid carriages and wheelchairs
  • Repair and maintenance services of wheelchairs
  • Medical equipments
  • Stairlifts

Tags

  • award
  • contract

Published

4 months ago

Description

This Framework Agreement will allow for the procurement of a full range of Community Care
Equipment for Goods and Services. Suppliers can provide directly or indirectly via Sub-Contractors a wide range of
Goods and Services including Service, maintenance, repairs, storage, and disposal of equipment.
The Framework Agreement has been split into three (3) LOTS:
LOT 1 - Integrated Community Care Equipment and Associated Services
LOT 2 – Technology Enabled Care Products and Services (TEC)
LOT 3 – Wheelchairs, Motorised Mobility Products and Services

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Commissioning Homes for Children Looked After & Care Leavers PDPS - Lot 4 Rd 4

The London Borough of Newham wishes to establish a Pseudo-Dynamic Purchasing System (PDPS) for the supply of services in respect of children's externally commissioned care, accommodation and support services. The services include: Lot 1: Provision of Semi-Independent Living Services - already established Lot 2: Provision of Children's Homes regulated by Ofsted - already established Lot 3: Provision of Supported Lodgings Lot 4: Provision of Independent Fostering Agencies (IFA) regulated by Ofsted These services will be available to looked after children, care leavers and young people who are homeless or at risk of homelessness . Potential Suppliers are invited to Tender for one or more of the Lots. This PDPS is open for use to the following (and subject to Section 3 Scope of Agreement of LAC PDPS Agreement Processor): • any Public Body outlined in either Part I or Part II of the Local Authorities (Goods and Services) (Public Bodies) Order 1972. Details of these can be found at http://www.legislation.gov.uk/uksi/1972/853/made The Procurement is being procured by the Authority for the benefit of the Authority and the Partner Organisations. The procurement is being conducted in accordance with the Public Contracts Regulations 2015. The procurement is subject to the light-touch regime under Section 7 Social and Other Specific Services. Under Regulation 76 the Council is free to establish a procedure, provided that procedure is sufficient to ensure compliance with the principles of transparency and equal treatment of economic operators (Suppliers). The Authority has created a tender process outlined below, as part of the PDPS applying the award criteria specified in this contract notice. Any interested organisation/consortium with relevant experience may submit a Bid in response to this ITT. The Council is using the one stage procedure for admission onto the PDPS The Light Touch PDPS will be conducted in staged Rounds. The initial Round for Lot 3 and Lot 4 for this Light Touch PDPS will close on 20/05/2022. Rounds will open and close throughout the lifetime of the PDPS at the Authorities discretion. The initial Round for Lot 3 and lot 4 for this PDPS will be open for 52 calendar days. Following on from this, each Round will be open to new or previously unsuccessful Suppliers to submit their bid. A new Round will be opened within 48 hours (excluding bank holidays and weekends) of a Round closing. Please note from time to time there may be a further delay in opening a new Round within the stated 48 hours. This means that applications can be submitted throughout the duration of the PDPS, but the Council will only process the applications as and when the round is closed. Please note the length of Rounds will vary throughout the lifetime of the PDPS. The Council intends to publish further opportunities as part of its Rounds, during the lifetime of the PDPS, relating to Children's commissioned care, accommodation and support services, for example the Provision of Supported Lodgings and the Provision of Independent Fostering Agencies (IFA) regulated by Ofsted. Further Rounds will be communicated within the tender documents at time of publication. Any changes to the procurement Timetable shall be notified to all Tenderers as soon as practicable A Supplier wanting to join the PDPS will be required to apply through the Council's procurement e-tendering portal; Fusion. Suppliers who are unsuccessful in a specific Round may apply to be admitted to the PDPS in a subsequent or later Round The Council will add Potential Suppliers to the PDPS throughout its duration, providing Potential Suppliers meet the requirement as outlined in the ITT and submit an Application, which is found to be compliant. Please see Additional Information in Section VI for timescale and value of the PDPS.

Open

Communities First Behaviour Change

This research project will use appropriate evidence-based behaviour change theories to identify factors (e.g. personal, institutional, or systemic) that are barriers or enablers to embedding the CF approach across Northumberland County Council and key partners. The results of this analysis will support NCC and relevant partner organisations to understand and address these barriers and enablers to move further and faster to adopting the Communities First approach. Methods and measurement The Provider will propose their methodology in their tender submission for this work, but broadly it will be expected to include: • Selection and application of appropriate evidence-based behaviour change theory/theories to underpin the analysis. • Identification of the target behaviours that professionals and/or organisations need to adopt in order to implement the Communities First approach (also involve identifying current behaviours that do not support the approach and need to change). This would involve initial scoping work with NCC and key system partners to identify the target behaviours. • Use of appropriate qualitative research methodologies to analyse barriers and enablers for professionals and the wider organisation to delivering Communities First approach, using the evidence based behaviour change theory (see point 1 above). • Include both retrospective evaluation of adoption to date and analysis of anticipated barriers and enablers for wider adoption of the Communities First approach. • Provide relevant recommendations to support successful implementation and maintenance of Communities First approach across NCC and key system partners.

Katy Reed

Published 2 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

csgprocurement@csltd.org.uk

+44 8081685808

csgprocurement@csltd.org.uk

+44 8081685808

Timeline complete

Publish
Bid
Evaluate
Award
Complete