Section one: Contracting authority
one.1) Name and addresses
Bournemouth, Christchurch and Poole Council
BCP Civic Centre, Bourne Avenue
Bournemouth
BH2 6DY
Contact
Strategic Procurement Team
Country
United Kingdom
Region code
UKK2 - Dorset and Somerset
Internet address(es)
Main address
Buyer's address
https://www.supplyingthesouthwest.org.uk/
one.1) Name and addresses
Dorset Council
County Hall, Colliton Park
Dorchester
DT1 1XJ
customerservices@dorsetcouncil.gov.uk
Country
United Kingdom
Region code
UKK2 - Dorset and Somerset
Internet address(es)
Main address
https://www.dorsetcouncil.gov.uk/
one.1) Name and addresses
NHS Dorset
Vespasian House, Barrack Road
Dorchester
Country
United Kingdom
Region code
UKK2 - Dorset and Somerset
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.supplyingthesouthwest.org.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.supplyingthesouthwest.org.uk/
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
The Pan-Dorset (Bournemouth, Christchurch, Poole and Dorset) Integrated Equip for Living Service 2023
Reference number
DN576723
two.1.2) Main CPV code
- 33000000 - Medical equipments, pharmaceuticals and personal care products
two.1.3) Type of contract
Supplies
two.1.4) Short description
Bournemouth, Christchurch and Poole Council (BCP Council) as the lead commissioner of Bournemouth, Poole and Dorset (Pan-Dorset) Integrated Equip for Living Service wish to invite suitably experienced and established organisations to express an interest in tendering for this service.
The Equip for Living Service is an Integrated Community Equipment Service (ICES) that will continue to be delivered as a part of a Section 75 fully pooled budget arrangement. The delivery of the service will conform to the standing orders, financial regulations and all other policies and procedures of the Commissioner, Bournemouth, Christchurch and Poole Council. The Partnership also includes Dorset Council and NHS Dorset Clinical Commissioning Group.
The primary role of the service is support people to lead safer more independent lives. The service will address the need for aids and adaptations from childhood to end of life.
two.1.5) Estimated total value
Value excluding VAT: £100,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85320000 - Social services
- 33196200 - Devices for the disabled
two.2.3) Place of performance
NUTS codes
- UKK2 - Dorset and Somerset
two.2.4) Description of the procurement
Bournemouth, Christchurch and Poole Council (BCP Council) as the lead commissioner of Bournemouth, Poole and Dorset (Pan-Dorset) Integrated Equip for Living Service wish to invite suitably experienced and established organisations to express an interest in tendering for this service.
The Equip for Living Service is an Integrated Community Equipment Service (ICES) that will continue to be delivered as a part of a Section 75 fully pooled budget arrangement. The delivery of the service will conform to the standing orders, financial regulations and all other policies and procedures of the Commissioner, Bournemouth, Christchurch and Poole Council. The Partnership also includes Dorset Council and NHS Dorset Clinical Commissioning Group.
The primary role of the service is support people to lead safer more independent lives. The service will address the need for aids and adaptations from childhood to end of life.
The contract will commence on 01 April 2023. The length of the contract is for 5 years with the option to extend the contract annually for a further 2 years. Therefore, if all extensions were taken, the full length of the contract would be for 7 years.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £100,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
The length of the contract is for 5 years with the option to extend the contract annually for a further 2 years. Therefore, if all extensions were taken, the full length of the contract would be for 7 years (until 31/03/2030).
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The length of the contract is for 5 years with the option to extend the contract annually for a further 2 years. Therefore, if all extensions were taken, the full length of the contract would be for 7 years.
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 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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-026045
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 September 2022
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
26 September 2022
Local time
2:00pm
Information about authorised persons and opening procedure
All tenders are electronically sealed and opened by the Council's Democratic Services team.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
High Courts of Justice
The Royal Court of Justice
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87 (Standstill Period) and Regulations 91 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).
six.4.4) Service from which information about the review procedure may be obtained
High Courts of Justice
The Royal Court of Justice
London
WC2A 2LL
Country
United Kingdom