Contract

Wheelchair Repair, Maintenance & Refurbishment Services

  • Wakefield Council

F03: Contract award notice

Notice identifier: 2021/S 000-007782

Procurement identifier (OCID): ocds-h6vhtk-02a5d7

Published 14 April 2021, 9:06am



Section one: Contracting authority

one.1) Name and addresses

Wakefield Council

Wakefield One (PO Box 700), Burton Street

Wakefield

WF1 2EB

Contact

Mrs Natalie Taylor

Email

procurement@wakefield.gov.uk

Country

United Kingdom

NUTS code

UKE45 - Wakefield

Internet address(es)

Main address

http://www.wakefield.gov.uk/default.htm

Buyer's address

http://www.wakefield.gov.uk/default.htm

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

Wheelchair Repair, Maintenance & Refurbishment Services

Reference number

DN501711

two.1.2) Main CPV code

  • 50421100 - Repair and maintenance services of wheelchairs

two.1.3) Type of contract

Services

two.1.4) Short description

The Council requires a wheelchair repair and maintenance contract for Service Users registered with the CCG, General Practitioners and specific locations governed by this contract.

two.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £1,440,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKE45 - Wakefield

two.2.4) Description of the procurement

Wakefield Council delivers the Wakefield Wheelchair Service for and on behalf of NHS Wakefield Clinical Commissioning Group (the CCG). The Council requires a wheelchair repair and maintenance contract for Service Users registered with the CCG, General Practitioners and specific locations governed by this contract. The initial contract term is for 1 year commencing 1 April 2021. The Authority may at its sole discretion extend the contract for 3 further periods of 1 year each.

two.2.5) Award criteria

Quality criterion - Name: Price is not the only award criterion and all criteria are stated only in the procurement documents / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: No

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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 205-500605


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

29 March 2021

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

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: 3

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

five.2.3) Name and address of the contractor

Ross Auto Engineering Limited

Hoghton Chambers, Hoghton Street

Southport

PR9 0TB

Country

United Kingdom

NUTS code
  • UKD73 - Sefton
The contractor is an SME

Yes

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

Total value of the contract/lot: £1,440,000


Section six. Complementary information

six.3) Additional information

The tender documents are available from the YORtender website www.yortender.co.uk with reference DN501711. For support with registration on the YORtender website or if you are having difficulties accessing the documents through YORtender, please contact the YORtender helpdesk on 0330 005 0352 or ProContractSuppliers@proactis.com.

The successful supplier may be required to participate in the achievement of community wellbeing and positive outcomes for its customers as well as promotion and achievement of social and economic growth and environmental and sustainability policy objectives where this is required by the Contracting Authority in the contract documentation.

six.4) Procedures for review

six.4.1) Review body

The Council of the City of Wakefield

Corporate Procurement Team, Wakefield One, Burton Street

Wakefield

WF1 2EB

Email

procurement@wakefield.gov.uk

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The Council of the City of Wakefield

Corporate Procurement Team, Wakefield One, Burton Street

Wakefield

WF1 2EB

Email

procurement@wakefield.gov.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a minimum 10 calendar day standstill period at the point when information on the award of the contract is communicated to tenderers. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (SI 2015/102) provide 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

The Council of the City of Wakefield

Corporate Procurement Team, Wakefield One, Burton Street

Wakefield

WF1 2EB

Email

procurement@wakefield.gov.uk

Country

United Kingdom