Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Bournemouth, Christchurch and Poole Council
BCP Civic Centre, Bourne Avenue
Bournemouth
BH2 6DY
UK
Contact person: Strategic Procurement Team
E-mail: procurement@bcpcouncil.gov.uk
NUTS: UKK2
Internet address(es)
Main address: www.bcpcouncil.gov.uk
Address of the buyer profile: https://www.supplyingthesouthwest.org.uk/
I.1) Name and addresses
Dorset Council
County Hall, Colliton Park
Dorchester
DT1 1XJ
UK
E-mail: customerservices@dorsetcouncil.gov.uk
NUTS: UKK2
Internet address(es)
Main address: https://www.dorsetcouncil.gov.uk/
I.1) Name and addresses
NHS Dorset
Vespasian House, Barrack Road
Dorchester
UK
E-mail: feedback@nhsdorset.nhs.uk
NUTS: UKK2
Internet address(es)
Main address: https://nhsdorset.nhs.uk/
I.2) Joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.supplyingthesouthwest.org.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.supplyingthesouthwest.org.uk/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
The Pan-Dorset (Bournemouth, Christchurch, Poole and Dorset) Integrated Equip for Living Service 2023
Reference number: DN576723
II.1.2) Main CPV code
33000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Bournemouth, Christchurch and Poole Council (BCP Council) as the lead commissioner of Bournemouth, Poole and Dorset (Pan-Dorset) Integrated Equip for Living Service wish to invite suitably experienced and established organisations to express an interest in tendering for this service.
The Equip for Living Service is an Integrated Community Equipment Service (ICES) that will continue to be delivered as a part of a Section 75 fully pooled budget arrangement. The delivery of the service will conform to the standing orders, financial regulations and all other policies and procedures of the Commissioner, Bournemouth, Christchurch and Poole Council. The Partnership also includes Dorset Council and NHS Dorset Clinical Commissioning Group.
The primary role of the service is support people to lead safer more independent lives. The service will address the need for aids and adaptations from childhood to end of life.
II.1.5) Estimated total value
Value excluding VAT:
100 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85320000
33196200
II.2.3) Place of performance
NUTS code:
UKK2
II.2.4) Description of the procurement
Bournemouth, Christchurch and Poole Council (BCP Council) as the lead commissioner of Bournemouth, Poole and Dorset (Pan-Dorset) Integrated Equip for Living Service wish to invite suitably experienced and established organisations to express an interest in tendering for this service.
The Equip for Living Service is an Integrated Community Equipment Service (ICES) that will continue to be delivered as a part of a Section 75 fully pooled budget arrangement. The delivery of the service will conform to the standing orders, financial regulations and all other policies and procedures of the Commissioner, Bournemouth, Christchurch and Poole Council. The Partnership also includes Dorset Council and NHS Dorset Clinical Commissioning Group.
The primary role of the service is support people to lead safer more independent lives. The service will address the need for aids and adaptations from childhood to end of life.
The contract will commence on 01 April 2023. The length of the contract is for 5 years with the option to extend the contract annually for a further 2 years. Therefore, if all extensions were taken, the full length of the contract would be for 7 years.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
100 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2023
End:
31/03/2028
This contract is subject to renewal: Yes
Description of renewals:
The length of the contract is for 5 years with the option to extend the contract annually for a further 2 years. Therefore, if all extensions were taken, the full length of the contract would be for 7 years (until 31/03/2030).
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The length of the contract is for 5 years with the option to extend the contract annually for a further 2 years. Therefore, if all extensions were taken, the full length of the contract would be for 7 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-026045
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
26/09/2022
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
26/09/2022
Local time: 14:00
Information about authorised persons and opening procedure:
All tenders are electronically sealed and opened by the Council's Democratic Services team.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.4) Procedures for review
VI.4.1) Review body
High Courts of Justice
The Royal Court of Justice
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87 (Standstill Period) and Regulations 91 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).
VI.4.4) Service from which information about the review procedure may be obtained
High Courts of Justice
The Royal Court of Justice
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
01/08/2022