Section one: Contracting authority
one.1) Name and addresses
Lancashire County Council
Fishergate
Preston
PR18XJ
Contact
Procurement Care-Health
caphprocurement@lancashire.gov.uk
Telephone
+44 1772538206
Country
United Kingdom
NUTS code
UKD4 - Lancashire
Internet address(es)
Main address
https://www.lancashire.gov.uk/isupplier/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.lancashire.gov.uk/isupplier/
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/isupplier/
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
Contract for the Provision of an Essential Household Goods Support Scheme
Reference number
JB/ACS/LCC/21/676
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Lancashire County Council's Essential Household Goods Support Scheme is a non-statutory service that provides support for the people of Lancashire who need help to maintain or establish a home. It provides free essential household items to those individuals/families who do not have access to sufficient income or funds to meet their immediate needs, along with help and advice in seeking additional support. The overall aim of the Service is to support people to meet their immediate needs and to help them feel more secure and live more independently in their community.
The Service Provider will deliver the entire Service from the first point of contact through to the approval, provision and delivery of essential household items. This will include managing three separate strands:
Strand 1: Receiving and assessing applications to the Essential Household Goods Support Scheme
Strand 2: Sourcing and delivering essential household items to successful Service Users
Strand 3: Supporting Service Users to seek and access additional support
As the budget is limited, it is expected the Service Provider will work with the Authority, and in partnership with public, voluntary, faith and community sector organisations, to deliver an innovative, flexible and holistic service that maximises resources, manages demand and prioritises those Service Users most in need.
This Specification sets out the aims, objectives and requirements of the Service, the standards and legislation that must be adhered to, and the anticipated levels of delivery that the successful Service Provider will be expected to attain during the contract period.
The Service Provider, working with private, public, voluntary and community sector organisations, will look to be flexible and creative in how it procures and sources household items, aiming to maximise the budget and deliver good quality items that meet the needs and circumstances of Service Users. The Service Provider will work with the Authority to explore different approaches to sourcing household items.
Based on figures from previous years, the Authority anticipates the Service Provider to process approximately 1450 applications per 12 month period. This figure includes both those applications awarded household provision and those applications not awarded support.
The Authority will work with the Service Provider to establish parameters around the cost of individual awards. These parameters will be kept under review and subject to change by the Authority in collaboration with the Service Provider.
The Service Provider will be required to work towards meeting this figure, alongside managing demand, ensuring the level of spend is kept within the annual budget of £450,000, and the Service remains available to Service Users throughout the entire year.
It is the Authority's intention to work closely with the Service Provider to periodically review anticipated service levels.
The Service Provider will provide the Authority with regular budgetary updates and notify the Authority if there are any budgetary issues. The Service Requirements - including the eligibility criteria, the number of awards, the value of awards, the nature of awards and the approval process - will be reviewed periodically and may be adjusted at any time during the life of the Contract to help manage the budget. The Authority will need to review and approve any changes before they are introduced.
There is no guarantee of the volume of referrals throughout the life of the Contract.
Please see Specification (Appendix 2) for more details of the Service requirements.
two.1.5) Estimated total value
Value excluding VAT: £2,250,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
Main site or place of performance
Please see II.1.4. Short description. For further information please refer to the tender documents via the iSupplier Portal link above and search for RFQ: 15287880.
two.2.4) Description of the procurement
Please see II.1.4. Short description. For further information please refer to the tender documents via the iSupplier Portal link above.
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
Start date
1 December 2021
End date
30 November 2024
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: Yes
Description of options
Within the terms of the Contract Agreement the Council is able to extend the initial term of 01/12/2024 with an option to extend the contract beyond the initial term for a maximum period of a five years in total.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
6 August 2021
Local time
10:00am
Changed to:
Date
10 August 2021
Local time
10:00am
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
6 August 2021
Local time
2:00pm
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
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice