Section one: Contracting authority
one.1) Name and addresses
Lancashire County Council
Fishergate
Preston
PR10LD
Contact
Procurement Care-Health
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