Contract

Joint Equipment Service for Adults and Children in Southampton and Portsmouth

  • Southampton City Council
  • Portsmouth City Council

F03: Contract award notice

Notice identifier: 2025/S 000-054068

Procurement identifier (OCID): ocds-h6vhtk-059481

Published 4 September 2025, 4:36pm



Section one: Contracting authority

one.1) Name and addresses

Southampton City Council

Civic Centre, Civic Centre Road

Southampton

SO14 7LY

Contact

Hayley Holden

Email

hayley.holden@southampton.gov.uk

Country

United Kingdom

Region code

UKJ32 - Southampton

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.southampton.gov.uk

one.1) Name and addresses

Portsmouth City Council

Civic Offices, Guildhall Square

Portsmouth

PO1 2AL

Email

procurement@portsmouthcc.gov.uk

Country

United Kingdom

Region code

UKJ31 - Portsmouth

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.portsmouth.gov.uk

one.2) Information about joint procurement

The contract involves joint procurement

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

Joint Equipment Service for Adults and Children in Southampton and Portsmouth

Reference number

SCC-SMS-0959

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

A contract for the provision of a Joint Equipment Service (JES) on loan to adults and children who are resident within the boundaries of Southampton and Portsmouth, or those who live outside the local authority boundaries but who are registered with a GP practice within one of the two cities.

The principal aim of the Service is to enable those individuals in need of support, some of whom are vulnerable, to maintain their health, social care and educational needs and well-being in their chosen location for the foreseeable future and to help alleviate risk (e.g. falls, pressure sores etc.), promote independence, and facilitate end of life strategies. This may include children, older individuals, and other groups determined by local circumstances.

The Service is jointly commissioned by Southampton City Council, Portsmouth City Council and NHS Hampshire & Isle of Wight Integrated Commissioning Board ('Commissioners'). Under section 75 NHSA 2006 agreements within each city, Southampton City Council and Portsmouth City Council will act as the contracting parties on behalf of the health partner organisation.

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: £39,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 33192000 - Medical furniture
  • 33196100 - Devices for the elderly
  • 33196200 - Devices for the disabled
  • 50421000 - Repair and maintenance services of medical equipment
  • 51410000 - Installation services of medical equipment
  • 63120000 - Storage and warehousing services
  • 85142400 - Home delivery of incontinence products
  • 85312200 - Homedelivery of provisions
  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKJ31 - Portsmouth
  • UKJ32 - Southampton

two.2.4) Description of the procurement

The scope of the contract includes:

- Procurement of core and bespoke Paediatric and adults Equipment conforming to CE standards.

- Delivery and installation of all equipment by qualified Technicians (minor adaptations for both areas) (development opportunities should include the establishment of Trusted Assessor Technicians).

- Urgent delivery provision to accommodate Rapid Response Service requirements.

- Assessment/demonstration facilities appropriately staffed with trained personnel to facilitate direct contact from members of the public and prescribers regarding delivery, collection and repair of equipment.

- Equipment training facility i.e. demonstration of fitting & appropriate use of equipment, troubleshooting etc.

- Bar coding, cataloguing and full traceability of all Equipment including non-stock and bespoke equipment.

- Repair, adjustment and maintenance of core and bespoke paediatric and adults' Equipment.

- Collection of core and bespoke paediatric and adults' Equipment.

- Decontamination of core and bespoke paediatric and adults' equipment.

- Provision of Sensory equipment.

- Reconditioning and re-issuing or disposal of core and bespoke paediatric and adults' Equipment (including Continuing Healthcare Equipment)

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: Yes

Description of options

The contract is for an initial term of three (3) years, with the option to extend for up to a further period of four (4) years.

two.2.14) Additional information

Values listed in this Contract Award Notice are for the full potential term of the contract, including optional extensions. The value is based on current demand levels and is subject to change over the duration of the contract.

Several factors may influence the final contract value, including fluctuations in demand, economic conditions such as inflation and equipment costs, and changes resulting from Local Government Reorganisation (LGR). Additionally, both the value and geographical scope of the contract may be adjusted in response to LGR developments.

The values listed represent the combined value of Contracting Authorities party to the contract.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

The Contracting Authorities have utilised the Procurement Services Integrated Community Care Equipment and Associated Services Framework Y24008 Lot 1, established under the Public Contracts Regulations 2015. The contract has been awarded via a direct award in accordance with the direct award criteria established for the framework agreement.

This award ensures continuity of supply in the delivery of statutory services.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


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

31 July 2025

five.2.2) Information about tenders

Number of tenders received: 1

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

five.2.3) Name and address of the contractor

Millbrook Healthcare Ltd

Nutsey Lane, Calmore Ind Estate

Southampton

SO40 3XJ

Country

United Kingdom

NUTS code
  • UKJ32 - Southampton
Companies House

00833987

The contractor is an SME

Yes

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

Total value of the contract/lot: £39,000,000


Section six. Complementary information

six.3) Additional information

The contract commenced on 1 August 2025 and shall continue for an initial term of three (3) years. The contract can be extended for up to a further period of four (4) years.

six.4) Procedures for review

six.4.1) Review body

The High Court

London

WC2A 2LL

Country

United Kingdom