Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Lancashire County Council
Fishergate
Preston
PR10LD
UK
Contact person: Procurement Care-Health
Telephone: +44 1772534966
E-mail: caphprocurement@lancashire.gov.uk
NUTS: UKD4
Internet address(es)
Main address: https://www.lancashire.gov.uk/fusion-supplier-portal/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.lancashire.gov.uk/fusion-supplier-portal/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.lancashire.gov.uk/fusion-supplier-portal/
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
Community Equipment Services
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Community Equipment Service loans a variety of disability related equipment to children and adults across all 12 areas in Lancashire plus the two unitary authorities. The equipment helps people to maintain and maximise their independence, enable them and their carers to be safely supported and improve their quality of life. The provision of equipment makes a significant contribution to promoting independence, facilitating hospital discharge and avoiding admission to hospital or care homes.
LCC is procuring a single provider framework agreement between LCC and the service provider whereby partnership organisations* have the option to call-off the framework agreement.
*Partnership Organisations include Lancashire and South Cumbria NHS Integrated Care Board, Blackburn with Darwen Council and Blackpool Council.
See tender documents for full details.
II.1.5) Estimated total value
Value excluding VAT:
90 625 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
33000000
II.2.3) Place of performance
NUTS code:
UKD4
II.2.4) Description of the procurement
The Community Equipment Service loans a variety of disability related equipment to children and adults across all 12 areas in Lancashire plus the two unitary authorities. The equipment helps people to maintain and maximise their independence, enable them and their carers to be safely supported and improve their quality of life. The provision of equipment makes a significant contribution to promoting independence, facilitating hospital discharge and avoiding admission to hospital or care homes.
LCC is procuring a single provider framework agreement between LCC and the service provider whereby partnership organisations* have the option to call-off the framework agreement.
*Partnership Organisations include Lancashire and South Cumbria NHS Integrated Care Board, Blackburn with Darwen Council and Blackpool Council.
See tender documents for full details.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The estimated Framework Values are based upon potential Call-off contracts which are up to 5 years, and could be longer.
The Framework Agreement term will be 4 years.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Refer to Invitation to Tender Document Pack.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Refer to Invitation to Tender Document Pack.
Minimum level(s) of standards required:
See section 5.4 of Appendix 5 - Evaluation Criteria Selection and Award for information on the minimum Turnover Threshold.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Refer to Invitation to Tender Document Pack.
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:
2024/S 000-038295
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
18/02/2025
Local time: 11:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
18/02/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice - The High Court
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
17/01/2025