Section one: Contracting authority
one.1) Name and addresses
Croydon Equipment Service - Employee Mutual Partnership Opportunity
Bernard Weatherill House, 8 Mint Walk
Croydon
CR0 1EA
Country
United Kingdom
NUTS code
UKI62 - Croydon
Internet address(es)
Main address
https://in-tendhost.co.uk/croydontenders
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/croydontenders
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/croydontenders
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
Croydon Equipment Service - Employee Mutual Partnership Opportunity
Reference number
LBC/TN/61
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of community equipment services, and business services in support of a public sector mutual
two.1.5) Estimated total value
Value excluding VAT: £42,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 33000000 - Medical equipments, pharmaceuticals and personal care products
two.2.3) Place of performance
NUTS codes
- UKI62 - Croydon
two.2.4) Description of the procurement
The Council intends to "spin-out" the Council team which provides community equipment and wheelchair services (CES) to a public service mutual (Mutual).A Partner is sought in order to provide the following services:- CES, to be provided to residents of the Council, and in order to support the Council in delivering similar services under third party contracts (Services Limb)- business services in support of the Mutual’s ongoing business plan and commercial operations (Partnering Limb)The Partner will also be a supplier under a single supplier framework, from which CES services can be called-off (Framework).The Partner is expected to work with the Mutual in order to discharge these obligations. The Council will not pay the Partner for these services but, instead, the Partner will receive shares in the Mutual should certain conditions be satisfied
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £42,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
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: 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 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
Competitive dialogue
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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
9 January 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
9 February 2024
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: 9 (from the date stated for receipt of tender)
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
HM Courts and Tribunal Service
Royal Courts of Justice, The Strand
London
WC2A
Telephone
+44 2079476000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
HM Courts and Tribunal Service
Royal Courts of Justice, The Strand
London
WC2A
Telephone
+44 2079476000
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Review procedures are as set out in the Public Contract Regulations 2015 and are time limited. Any proceedings must be brought in the High Court of England and Wales.
six.4.4) Service from which information about the review procedure may be obtained
HM Courts and Tribunal Service
Royal Courts of Justice, The Strand
London
WC2A
Telephone
+44 2079476000
Country
United Kingdom