By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Bristol & South Gloucestershire Integrated Community Equipment Services.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Bristol City Council
5th Floor, B Bond, Smeaton Road
For the attention of: Cheryl Hansford
BS1 6EE Bristol
UNITED KINGDOM
Telephone: +44 1179222850
E-mail:
Fax: +44 1179223450

Internet address(es):

General address of the contracting authority: http://www.bristol.gov.uk

Address of the buyer profile: http://www.proactisplaza.com

Electronic access to information: http://www.proactisplaza.com

Electronic submission of tenders and requests to participate: http://www.proactisplaza.com

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

South Gloucestershire Council
South Gloucestershire Council, P.O. Box 298, Civic Centre, High Street
BS15 0DQ Bristol
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Bristol & South Gloucestershire Integrated Community Equipment Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
A combination of these
Main site or location of works, place of delivery or of performance: Bristol & South Gloucestershire.

NUTS code UKK11,UKK12

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
An Integrated Community Equipment Service is being commissioned in Bristol and South Gloucestershire. In Bristol it is jointly commissioned by Bristol City Council and Bristol Clinical Commissioning Group, and in South Gloucestershire by South Gloucestershire Council and South Gloucestershire Clinical Commissioning Group. Bristol City Council are running the tendering process on behalf of all parties. In both Bristol and South Gloucestershire the council manages a pooled budget and contracts with a provider to deliver an integrated service on behalf of the council and the Clinical Commissioning Group.
The Integrated Community Equipment Services will provide equipment to adults and children to aid independent living. This service involves the supply, delivery, collection, storage, cleaning, servicing and maintenance of community equipment. The requirements are offered in 2 lots, one for Bristol and one for South Gloucestershire. Bidders are invited to apply for one or more lots, offering a discount if appropriate. Joint bids will only be accepted from tenderers who have submitted bids for both Bristol & South Gloucestershire individually. Further details are provided in the tendering documentation.
II.1.6)Common procurement vocabulary (CPV)

33000000, 33100000, 33196200, 33196100, 85323000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 15 000 000 and 20 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Initial contract period 4 years, with options to extend up to a further 2 years.
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
II.3)Duration of the contract or time limit for completion
Duration in months: 72 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Integrated Community Equipment Service - Bristol
1)Short description
Integrated Community Equipment Service for Bristol, covering the requirements of Bristol City Council and Bristol Clinical Commissioning Group.
2)Common procurement vocabulary (CPV)

33100000, 33196200, 33196100, 85323000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 9 000 000 and 12 000 000 EUR
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The requirements are being offered in 2 separate lots, one covering Bristol and one covering South Gloucestershire. Bidders are invited to apply for one or more lots. Where bidders are applying for both lots they are asked to give detail of the revised pricing that would apply should they be awarded both Lot 1 and Lot 2. A combined bid (the same provider for both lots) will only be awarded for the contracts where it is confirmed through evaluation that this demonstrates the best value to both Bristol and South Gloucestershire. Further details on the evaluation will be provided in the tendering documentation.
Lot No: 2 Lot title: Integrated Community Equipment Service - South Gloucestershire
1)Short description
Integrated Community Equipment Service for South Gloucestershire, covering the requirements of South Gloucestershire Council and South Gloucestershire Clinical Commissioning Group.
2)Common procurement vocabulary (CPV)

33100000, 33196200, 33196100, 85323000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 6 000 000 and 8 000 000 EUR
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The requirements are being offered in 2 separate lots, one covering Bristol and one covering South Gloucestershire. Bidders are invited to apply for one or more lots. Where bidders are applying for both lots they are asked to give detail of the revised pricing that would apply should they be awarded both Lot 1 and Lot 2. A combined bid (the same provider for both lots) will only be awarded for the contracts where it is confirmed through evaluation that this demonstrates the best value to both Bristol and South Gloucestershire. Further details on the evaluation will be provided in the tendering documentation.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Council reserves the right to require a tenderer to provide deposits, parent company guarantees, bonds and/or other forms of security. Without prejudice to this right, in the event that a tenderer relies upon the financial standing of other organisations (including but not limited to consortium members, parent companies and/or the shareholders of any special purpose vehicle) then the Council will require some or all of such organisations to provide a guarantee in such form as the Council specifies.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment and the payment terms and conditions will be set out in the contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Council reserves the right to require a group of economic operators to form a legal entity and/or to accept joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Details to be provided in the tender documentation.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: In accordance with Article 45 to 50 of Directive 2004/18/EC and Regulation 23 to 26 of the Public Contracts Regulations 2006 and as set out in the tendering documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006 and as set out in the tendering documentation.
Minimum level(s) of standards possibly required: The organisation must be able to demonstrate by way of its financial resource that it represents an acceptable degree of risk appropriate for this project. The organisation must also be able to demonstrate the availability of financial resources appropriate to such a contract taking into account its value, duration and the level of investment required. Full details of the financial evaluation method are set out in Appendix 3 of the tendering documentation.
Insurance requirements - Public Liability of 5m (GBP) and Employer's Liability of 10m (GBP)
Confirmation of a Parent Company Guarantee.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with Article 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the tendering documentation.
Minimum level(s) of standards possibly required:
The organisation must be able to demonstrate an acceptable standard in respect of the following:
- Confirmation of a Parent Company Guarantee;
- Health & Safety;
- Business Continuity;
- Subcontractor arrangements (where relevant);
- Experience of delivering community equipment services;
- Equalities;
- Personal Data and Information Security
- Safeguarding / Mental Health Act;
- Disputes;
- References;
- Blacklisting.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
REQD1000472
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
10.3.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 180 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with the Public Contracts Regulations 2006 (as amended).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
23.1.2014