Section one: Contracting authority
one.1) Name and addresses
Cheshire East Borough Council
Westfields, Middlewich Road
Sandbach
CW11 1HZ
Contact
Mrs Emma Harris
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
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
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
procurement@cheshireeast.gov.uk
Country
United Kingdom