Plymouth and Devon Wheelchair Services
Plymouth, South Hams and West Devon Wheelchair Services for Children, Young People and Adults (Standard and Specialist).
United Kingdom-Plymouth: Health and social work services
2015/S 038-065225
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Plymouth City Council
Floor 2, Windsor House
For the attention of: Mr Phil Bees
PL6 5UF Plymouth
UNITED KINGDOM
Telephone: +44 1752304485
E-mail: philip.bees@plymouth.gov.uk
Internet address(es):
General address of the contracting authority: www.plymouth.gov.uk
Address of the buyer profile: www.supplyingthesouthwest.org.uk
Electronic access to information: www.supplyingthesouthwest.org.uk
Electronic submission of tenders and requests to participate: www.supplyingthesouthwest.org.uk
Further information can be obtained from: Plymouth City Council
Floor 2, Windsor House
For the attention of: Mr Phil Bees
PL6 5UF Plymouth
UNITED KINGDOM
Telephone: +44 1752304485
E-mail: philip.bees@plymouth.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Plymouth City Council
Floor 2, Windsor House
For the attention of: Mr Phil Bees
PL6 5UF Plymouth
UNITED KINGDOM
Telephone: +44 1752304485
E-mail: philip.bees@plymouth.gov.uk
Tenders or requests to participate must be sent to: Plymouth City Council
Floor 2, Windsor House
For the attention of: Mr Phil Bees
PL6 5UF Plymouth
UNITED KINGDOM
Telephone: +44 1752304485
E-mail: philip.bees@plymouth.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
NEW Devon CCG
Windsor House
PL6 5UF Plymouth
UNITED KINGDOM
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 25: Health and social services
NUTS code UKK41
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The wheelchair service will have a specification designed to address key priorities for health in providing wheelchair and specialist seating services to people that depend upon them. The service will provide assessment and prescription of manual and powered wheelchairs, specialist seating and cushions, modifications and accessories that reflect the clinical and wider holistic needs of the wheelchair user. The service will include, but not be limited to, assessment, procurement, storage, delivery, collection, maintenance and repair.
II.1.6)Common procurement vocabulary (CPV)
85000000, 98000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 8 100 000 and 10 300 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Will be detailed in a vendor questionnaire and are as set out in Regulations 23-26 of the UK Public Contract Regulations 2006 (as amended).
III.2.3)Technical capacity
Will be detailed in a vendor questionnaire and are as set out in Regulations 23-26 of the UK Public Contract Regulations 2006 (as amended).
Minimum level(s) of standards possibly required:
Not applicable.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As detailed in the tender documentation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Notice on a buyer profile
Notice number in the OJEU: 2014/S 70-120948 of 9.4.2014
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
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
Plymouth City Council
Windsor House
PL6 5UF Plymouth
UNITED KINGDOM
E-mail: procurement@plymouth.gov.uk
Body responsible for mediation procedures
Plymouth City Council
Windsor House
PL6 5UF Plymouth
UNITED KINGDOM
E-mail: procurement@plymouth.gov.uk
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Plymouth City Council
Windsor House
PL6 5UF Plymouth
UNITED KINGDOM
E-mail: procurement@plymouth.gov.uk
VI.5)Date of dispatch of this notice: