London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Overnight Short Breaks For Children and Young People with Disabilities |
Notice type: | Contract Notice |
Authority: | London Boroughs of Richmond and Wandsworth |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Achieving for Children (AfC), with Kingston Council, are constructing a new, purpose-built overnight respite facility at the Moor Lane Centre KT9 2AA. This building will be used to provide overnight respite care for children and young people who may have multiple disabilities, complex medical needs and challenging behaviour, and are aged 8 to 17 years. AfC is inviting the relevant market for a provider who has a strong track record of delivering respite care service. The aim of this service is to provide the young people an opportunity to learn, flourish and develop their independent living skills within a safe environment outside their family home and also to provide "time off" for families from the additional demands of caring for child with special educational needs and disabilities. |
Published: | 09/01/2019 17:14 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Achieving For Children
GUILDHALL 2, HIGH STREET, KINGSTON UPON THAMES, KT1 1EU, United Kingdom
Tel. +44 2085476505, Email: Varsha.Dadlani@achievingforchildren.org.uk
Contact: Varsha Dadlani
Main Address: https://www.delta-esourcing.com/, Address of the buyer profile: https://www.delta-esourcing.com/delta/project/buyer
NUTS Code: UKI63
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-KINGSTON-UPON-THAMES:-Health-and-social-work-services./429Y4WBR27
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://www.delta-esourcing.com/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Overnight Short Breaks For Children and Young People with Disabilities
Reference Number: AfC/CS/01/2019
II.1.2) Main CPV Code:
85000000 - Health and social work services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Achieving for Children (AfC), with Kingston Council, are constructing a new, purpose-built overnight respite facility at the Moor Lane Centre KT9 2AA. This building will be used to provide overnight respite care for children and young people who may have multiple disabilities, complex medical needs and challenging behaviour, and are aged 8 to 17 years. AfC is inviting the relevant market for a provider who has a strong track record of delivering respite care service. The aim of this service is to provide the young people an opportunity to learn, flourish and develop their independent living skills within a safe environment outside their family home and also to provide "time off" for families from the additional demands of caring for child with special educational needs and disabilities.
II.1.5) Estimated total value:
Value excluding VAT: 22,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
85000000 - Health and social work services.
II.2.3) Place of performance:
UKI63 Merton, Kingston upon Thames and Sutton
II.2.4) Description of procurement: This Procurement falls under the "Light Touch Regime" Schedule 3 of the Public Contracts Regulations 2015, AfC is looking to establish a long term partnership with a prospective organisation to deliver a high quality standard of respite care to be provided by a team of qualified and experienced staff. The vision is to create a warm family type environment where children and young people are encouraged and supported to have fun, experience new things and develop their daily living skills. With a holistic view of the young person’s needs, to provide a caring, safe and supportive environment based on clear boundaries, structure and always ensuring the child/ young person’s welfare is paramount at all times.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Service Delivery / Weighting: 40
Cost criterion - Name: Price / Weighting: 60
II.2.6) Estimated value:
Value excluding VAT: 22,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 180
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: This contract is for a period of 10 years with further two periods of extensions of 3 years plus 2 years subject to meeting the requirements of the service.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: The Total Contract Value of 22 million is to allow for neighbouring Local Authorities who may access this contract subject to agreement.
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As detailed in the tender pack
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2018/S 221 - 505823
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 11/02/2019 Time: 16:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 11/02/2019
Time: 17:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-KINGSTON-UPON-THAMES:-Health-and-social-work-services./429Y4WBR27
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/429Y4WBR27
VI.4) Procedures for review
VI.4.1) Review body:
Royal Court of Justice
The Strand, London, LONDON, WC2A 2LL, United Kingdom
Tel. +44 20194760000, Email: data.access@justice.gsi.gov.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contracts is communicated to tenderers. Applicants and Bidders who are unsuccessful shall be informed by the Authority as soon as possible after the decision has been made as to the reasons why the Applicant or Bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2015 No.102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Councils to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness,order the Council to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 09/01/2019
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Achieving For Children
GUILDHALL 2, HIGH STREET, KINGSTON UPON THAMES, KT1 1EU, United Kingdom
Tel. +44 2085476505, Email: Varsha.Dadlani@achievingforchildren.org.uk
Contact: Varsha Dadlani
Main Address: https://www.delta-esourcing.com/, Address of the buyer profile: https://www.delta-esourcing.com/delta/project/buyer
NUTS Code: UKI63
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Overnight Short Breaks For Children and Young People with Disabilities
Reference number: AfC/CS/01/2019
II.1.2) Main CPV code:
85000000 - Health and social work services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Achieving for Children (AfC), with Kingston Council, are constructing a new, purpose-built overnight respite facility at the Moor Lane Centre KT9 2AA. This building will be used to provide overnight respite care for children and young people who may have multiple disabilities, complex medical needs and challenging behaviour, and are aged 8 to 17 years.
AfC engaged with the relevant market by publishing a PIN on the 14th November 2018 and a Contract notice on 9th January 2019 inviting tenders for this service.
The aim of this service is to provide the young people an opportunity to learn, flourish and develop their independent living skills within a safe environment outside their family home and also to provide "time off" for families from the additional demands of caring for child with special educational needs and disabilities.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 15,243,130
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
85000000 - Health and social work services.
II.2.3) Place of performance
Nuts code:
UKI63 - Merton, Kingston upon Thames and Sutton
Main site or place of performance:
Merton, Kingston upon Thames and Sutton
II.2.4) Description of the procurement: This Procurement falls under the "Light Touch Regime" Schedule 3 of the Public Contracts Regulations 2015,
AfC in compliance with regulations 74 to 76 would like to enter into a long term partnership with Action for Children to deliver a high quality standard of respite care to be provided by a team of qualified and experienced staff. It is to be noted that the commencement of this contact is contingent to the premises being ready.
The vision for AfC is to create a warm family type environment where children and young people are encouraged and supported to have fun, experience new things and develop their daily living skills. With a holistic view of the young person’s needs, to provide a caring, safe and supportive environment based on clear boundaries, structure and always ensuring the child/ young person’s welfare is paramount at all times.
II.2.5) Award criteria:
Quality criterion - Name: Service Delivery / Weighting: 40
Cost criterion - Name: Price / Weighting: 60
II.2.11) Information about options
Options: Yes
Description of these options:This contract is for a period of 10 years with further two periods of extensions of 3 years plus 2 years subject to meeting the requirements of the service. The Contract Commencement date is 2nd of September 2019, the Service Provider acknowledges that it is a condition precedent of this Agreement that the Premises are completed prior to the Mobilisation and Commencement of this Agreement.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: The Total Contract Value of 22 million is to allow for neighbouring Local Authorities who may access this contract subject to agreement.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 12/07/2019
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
ACTION FOR CHILDREN
3 THE BOULEVARD, ASCOT ROAD, WATFORD, WD18 8AG, United Kingdom
NUTS Code: UKI63
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 15,243,130
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=411704222
VI.4) Procedures for review
VI.4.1) Review body
Royal Court of Justice
The Strand, London, LONDON, WC2A 2LL, United Kingdom
Tel. +44 20194760000, Email: data.access@justice.gsi.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Authority has successfully completed the 10 calendar day standstill period at the point information on the award of the contracts was communicated to tenderers. Applicants and Bidders who are unsuccessful were informed by the Authority as soon as the decision was been made as to the reasons why the Applicant or Bidder was unsuccessful.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 16/07/2019