Awarded contract

19 117 PROVISION OF INTEGRATED COMMUNITY EQUIPMENT SERVICES

  • Cheshire East Borough Council
  • Cheshire West and Chester Council
  • NHS CHESHIRE CLINICAL COMMISSIONING GROUP

F03: Contract award notice

Notice reference: 2021/S 000-003771

Published 25 February 2021, 11:39am



Section one: Contracting authority

one.1) Name and addresses

Cheshire East Borough Council

Westfields, Middlewich Road

Sandbach

CW11 1HZ

Contact

Mrs Emma Harris

Email

emma.harris@cheshireeast.gov.uk

Country

United Kingdom

NUTS code

UKD62 - Cheshire East

Internet address(es)

Main address

http://www.cheshireeast.gov.uk/

Buyer's address

http://www.cheshireeast.gov.uk/

one.1) Name and addresses

Cheshire West and Chester Council

4 Civic Way

Ellesmere Port

CH65 0BE

Email

Lesley.Brown@cheshirewestandchester.gov.uk

Country

United Kingdom

NUTS code

UKD63 - Cheshire West and Chester

Internet address(es)

Main address

https://www.cheshirewestandchester.gov.uk/

Buyer's address

https://www.cheshirewestandchester.gov.uk/

one.1) Name and addresses

NHS CHESHIRE CLINICAL COMMISSIONING GROUP

1829 Building, Liverpool Road

Chester

CH2 1HJ

Email

john.grant5@nhs.net

Country

United Kingdom

NUTS code

UKD6 - Cheshire

Internet address(es)

Main address

https://www.cheshireccg.nhs.uk/

Buyer's address

https://www.cheshireccg.nhs.uk/

one.2) Information about joint procurement

The contract involves joint procurement

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

19 117 PROVISION OF INTEGRATED COMMUNITY EQUIPMENT SERVICES

Reference number

DN461212

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Cheshire East Borough Council in partnership with Cheshire West and Chester Borough Council and NHS organisations in Cheshire, is looking to establish a singular integrated community equipment service.

The service will consist of the procurement, storage, supply, distribution, repair, collection, recycling, maintenance and refurbishment of a range of community equipment. This will be for equipment (both simple and complex) to assist daily living, and possibly in the future may include telecare/telehealth and sensory aids (including associated services).

Recognising the changing requirements in health and social care, the commissioners are seeking to purchase services through a single point of contact via a provider who has experience and expertise across the service range.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £20,000,000 / Highest offer: £25,000,000 taken into consideration

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD62 - Cheshire East
  • UKD63 - Cheshire West and Chester

two.2.4) Description of the procurement

The service will deliver for the following partners:

— Cheshire East Borough Council,

— Cheshire West and Chester Borough Council,

— Cheshire Clinical Commissioning Group (NHS).

Cheshire East Council is acting as Lead Commissioner for the procurement of the service.

The service will provide community equipment for adults, children and young people enabling health and Council Partners to meet their legal requirements. This will involve supply of ‘standard’ and ‘special’ items of equipment to clients on a loan basis.

The service will encompass the following areas of equipment supply:

— continuing healthcare;

— provision of pressure care mattresses;

— provision of equipment for schools and early years settings;

— Provision of paediatric equipment;

— provision of equipment for people with mental health conditions;

— allowance for individuals to purchase equipment by use of a direct payment/personal health budget.

Note: the participation and process for this tender will be via the electronic tendering portal known as 'The Chest' located at www.the-chest.org.uk

The expected overall contract value for the full term should range between GBP 20 000 000 and GBP 25 000 000.

two.2.5) Award criteria

Quality criterion - Name: Quality Questions / Weighting: 50%

Price - Weighting: 50%

two.2.11) Information about options

Options: Yes

Description of options

The initial contract period is 1 April 2021-31 March 2025, with up to 2 x 12-month options to extend — therefore options maybe taken up for the period 1 April 2025 up to 31 March 2027. The

options will be exercised at the discretion of the Council, in line with the contractual terms.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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: 2020/S 192-465201


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

11 December 2020

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Ross Auto Engineering Ltd trading as Rosscare

Westfield Road, Wallasey,

Merseyside,

CH44 7HX

Country

United Kingdom

NUTS code
  • UKD6 - Cheshire
National registration number

469301

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £20,000,000 / Highest offer: £25,000,000 taken into consideration


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to scrutinise the award decision before the contract is entered into. The Public Contracts Regulations 2015 (SI No 102) provides for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

six.4.4) Service from which information about the review procedure may be obtained

Cheshire East council

Westfields, Middlewich Road

Sandbach

CW11 1HZ

Email

procurement@cheshireeast.gov.uk

Country

United Kingdom