Section one: Contracting authority
one.1) Name and addresses
Lancashire County Council
Fishergate
Preston
PR18XJ
Contact
LCC Corporate
contractscorporate@lancashire.gov.uk
Telephone
+44 1772535854
Country
United Kingdom
Region code
UKD45 - Mid Lancashire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.lancashire.gov.uk/isupplier
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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
Portable Appliance Testing Service
two.1.2) Main CPV code
- 71630000 - Technical inspection and testing services
two.1.3) Type of contract
Services
two.1.4) Short description
Lancashire County Council have an ongoing regulatory requirement to ensure portable electrical appliances are safe to use, fit for purpose. The most effective way to ensure that these regulations are met is through the provision of an annual Portable Appliance Testing. Further detail of the Authority's requirements can be found in the tender documents.
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
Lancashire County Council have an ongoing regulatory requirement to ensure portable electrical appliances are safe to use, fit for purpose. The most effective way to ensure that these regulations are met is through the provision of an annual Portable Appliance Testing. Further detail of the Authority's requirements can be found in the tender documents.
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
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The contract is available for up to a 4 year period, following which there may or may not be an opportunity for a re-procurement. The Agreement included within Tender Documents outlines any relevant break clauses or periods within the awarded term, where a re-procurement could occur.
Any re-procurement will be at the discretion of the contracting authority and will be completed compliantly.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: 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.2.2) Time limit for receipt of tenders or requests to participate
Date
29 October 2024
Local time
11:00am
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
29 October 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Estimated timing for further notices to be published: The Agreement is available for up to 4 years, following which there is potential for the services to be continually required therefore there is potential (but not guarantee) for the Agreement to be re-procured.
Any re-procurement is at the discretion of the contracting authority and will be completed compliantly.
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://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice