Tender

Community Equipment Services

  • Lancashire County Council

F02: Contract notice

Notice identifier: 2025/S 000-001771

Procurement identifier (OCID): ocds-h6vhtk-04c06b

Published 17 January 2025, 4:19pm



The closing date and time has been changed to:

28 February 2025, 11:00am

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Lancashire County Council

Fishergate

Preston

PR10LD

Contact

Procurement Care-Health

Email

caphprocurement@lancashire.gov.uk

Telephone

+44 1772534966

Country

United Kingdom

Region code

UKD4 - Lancashire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.lancashire.gov.uk/fusion-supplier-portal/

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.lancashire.gov.uk/fusion-supplier-portal/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Community Equipment Services

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £90,625,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33000000 - Medical equipments, pharmaceuticals and personal care products

two.2.3) Place of performance

NUTS codes
  • UKD4 - Lancashire

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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.

three.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 possibly required

See section 5.4 of Appendix 5 - Evaluation Criteria Selection and Award for information on the minimum Turnover Threshold.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Refer to Invitation to Tender Document Pack.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-038295

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

18 February 2025

Local time

11:00am

Changed to:

Date

28 February 2025

Local time

11:00am

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

18 February 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice - The High Court

London

WC2A 2LL

Country

United Kingdom