Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Southampton City Council
Civic Centre, Civic Centre Road
Southampton
SO14 7LY
UK
Contact person: Hayley Holden
E-mail: hayley.holden@southampton.gov.uk
NUTS: UKJ32
Internet address(es)
Main address: www.southampton.gov.uk
I.1) Name and addresses
Portsmouth City Council
Civic Offices, Guildhall Square
Portsmouth
PO1 2AL
UK
E-mail: procurement@portsmouthcc.gov.uk
NUTS: UKJ31
Internet address(es)
Main address: www.portsmouth.gov.uk
I.2) Joint procurement
The contract involves joint procurement
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
Joint Equipment Service for Adults and Children in Southampton and Portsmouth
Reference number: SCC-SMS-0959
II.1.2) Main CPV code
33000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
A contract for the provision of a Joint Equipment Service (JES) on loan to adults and children who are resident within the boundaries of Southampton and Portsmouth, or those who live outside the local authority boundaries but who are registered with a GP practice within one of the two cities.
The principal aim of the Service is to enable those individuals in need of support, some of whom are vulnerable, to maintain their health, social care and educational needs and well-being in their chosen location for the foreseeable future and to help alleviate risk (e.g. falls, pressure sores etc.), promote independence, and facilitate end of life strategies. This may include children, older individuals, and other groups determined by local circumstances.
The Service is jointly commissioned by Southampton City Council, Portsmouth City Council and NHS Hampshire & Isle of Wight Integrated Commissioning Board ('Commissioners'). Under section 75 NHSA 2006 agreements within each city, Southampton City Council and Portsmouth City Council will act as the contracting parties on behalf of the health partner organisation.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
39 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
33192000
33196100
33196200
50421000
51410000
63120000
85142400
85312200
85323000
II.2.3) Place of performance
NUTS code:
UKJ31
UKJ32
II.2.4) Description of the procurement
The scope of the contract includes:
- Procurement of core and bespoke Paediatric and adults Equipment conforming to CE standards.
- Delivery and installation of all equipment by qualified Technicians (minor adaptations for both areas) (development opportunities should include the establishment of Trusted Assessor Technicians).
- Urgent delivery provision to accommodate Rapid Response Service requirements.
- Assessment/demonstration facilities appropriately staffed with trained personnel to facilitate direct contact from members of the public and prescribers regarding delivery, collection and repair of equipment.
- Equipment training facility i.e. demonstration of fitting & appropriate use of equipment, troubleshooting etc.
- Bar coding, cataloguing and full traceability of all Equipment including non-stock and bespoke equipment.
- Repair, adjustment and maintenance of core and bespoke paediatric and adults' Equipment.
- Collection of core and bespoke paediatric and adults' Equipment.
- Decontamination of core and bespoke paediatric and adults' equipment.
- Provision of Sensory equipment.
- Reconditioning and re-issuing or disposal of core and bespoke paediatric and adults' Equipment (including Continuing Healthcare Equipment)
II.2.5) Award criteria
Price
II.2.11) Information about options
Options:
Yes
Description of options:
The contract is for an initial term of three (3) years, with the option to extend for up to a further period of four (4) 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
II.2.14) Additional information
Values listed in this Contract Award Notice are for the full potential term of the contract, including optional extensions. The value is based on current demand levels and is subject to change over the duration of the contract.
Several factors may influence the final contract value, including fluctuations in demand, economic conditions such as inflation and equipment costs, and changes resulting from Local Government Reorganisation (LGR). Additionally, both the value and geographical scope of the contract may be adjusted in response to LGR developments.
The values listed represent the combined value of Contracting Authorities party to the contract.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation
The Contracting Authorities have utilised the Procurement Services Integrated Community Care Equipment and Associated Services Framework Y24008 Lot 1, established under the Public Contracts Regulations 2015. The contract has been awarded via a direct award in accordance with the direct award criteria established for the framework agreement.
This award ensures continuity of supply in the delivery of statutory services.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
31/07/2025
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Millbrook Healthcare Ltd
00833987
Nutsey Lane, Calmore Ind Estate
Southampton
SO40 3XJ
UK
NUTS: UKJ32
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 39 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The contract commenced on 1 August 2025 and shall continue for an initial term of three (3) years. The contract can be extended for up to a further period of four (4) years.
VI.4) Procedures for review
VI.4.1) Review body
The High Court
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
04/09/2025