London Borough of Bromley: Learning Disability Supported Living Services

  London Borough of Bromley has published this notice through Delta eSourcing

Notice Summary
Title: Learning Disability Supported Living Services
Notice type: Contract Notice
Authority: London Borough of Bromley
Nature of contract: Services
Procedure: Restricted
Short Description: The London Borough of Bromley (“the Council”) is inviting tenders for the provision of care and support services for a total of 11 clients within two existing supported living schemes situated within the London Borough of Bromley. The Council will be using a two stage tender process consisting of: •Stage 1 - Pre-qualification Questionnaire (PQQ) •Stage 2 – Invitation to Tender The clients have significant learning and physical disabilities but may also have autism, challenging behaviour and / or mental health needs. In addition the clients within these two schemes have complex health needs that will require staff to be appropriately and competently trained in monitoring people and in the administration of medication, including via Percutaneous Endoscopic Gastrostomy (PEG). The Services are provided in a group supported living environment and individual flats. The age and ability of the clients vary; a pen portrait of each client will be included with the main tender documentation. The care and support to be provided will be a mixture of 1:1, shared hours and sleeping / waking night staff. All the clients have their own tenancy agreements with a Registered Social Landlord. The landlord function will be separate from that of the care and support provision. The tender will be run electronically using the ProContract London Tenders Portal e-tendering system and suppliers interested in receiving the tender documents will need to ensure that they are registered with the London Tenders Portal (if they have not already done so) at www.londontenders.org Commencement of New Contract: It is anticipated that the Contract will commence 28th November 2016. Contract Duration: The contract will run for a period of 3 years with the option to extend for a period of up to two years. Current Value: Both schemes have a combined total of approximately £1,165,742 per annum. Please note this is an indicative figure only.
Published: 01/03/2016 11:14

View Full Notice

UK-Bromley: Health and social work services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      London Borough of Bromley
      Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
      Email: echs.contractsteam@bromley.gov.uk, URL: www.bromley.gov.uk
      Attn: Carol Fletcher
      Electronic Access URL: www.londontenders.org
      Electronic Submission URL: www.londontenders.org

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services
      Social protection

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Learning Disability Supported Living Services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 25

         Region Codes: UKJ4 - Kent         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:Not Provided
      
      II.1.5)Short description of the contract or purchase:
      Health and social work services. Other community, social and personal services. The London Borough of Bromley (“the Council”) is inviting tenders for the provision of care and support services for a total of 11 clients within two existing supported living schemes situated within the London Borough of Bromley. The Council will be using a two stage tender process consisting of:
•Stage 1 - Pre-qualification Questionnaire (PQQ)
•Stage 2 – Invitation to Tender

The clients have significant learning and physical disabilities but may also have autism, challenging behaviour and / or mental health needs. In addition the clients within these two schemes have complex health needs that will require staff to be appropriately and competently trained in monitoring people and in the administration of medication, including via Percutaneous Endoscopic Gastrostomy (PEG).

The Services are provided in a group supported living environment and individual flats. The age and ability of the clients vary; a pen portrait of each client will be included with the main tender documentation. The care and support to be provided will be a mixture of 1:1, shared hours and sleeping / waking night staff.

All the clients have their own tenancy agreements with a Registered Social Landlord. The landlord function will be separate from that of the care and support provision.

The tender will be run electronically using the ProContract London Tenders Portal e-tendering system and suppliers interested in receiving the tender documents will need to ensure that they are registered with the London Tenders Portal (if they have not already done so) at www.londontenders.org

Commencement of New Contract: It is anticipated that the Contract will commence 28th November 2016.

Contract Duration: The contract will run for a period of 3 years with the option to extend for a period of up to two years.

Current Value: Both schemes have a combined total of approximately £1,165,742 per annum. Please note this is an indicative figure only.
         
      II.1.6)Common Procurement Vocabulary:
         85000000 - Health and social work services.
         
         98000000 - Other community, social and personal services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: Not Provided   
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Not Provided      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
      Not Provided
   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Deposit and/or Parent Company Guarantee may be required
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Joint and Several liability
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.

      And/or as otherwise indicated in PCR 2015      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 5 and maximum number: 8   
   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: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 06/04/2016
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 25/04/2016      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   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: 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.

Evaluation of the tender will be based on the CIPFA standing guide to the commissioning of local authority work and services tender evaluation model and in full compliance with EU Directives, the Council's Contract Procedure Rules and in accordance with the stated criteria. Tenderers should note that the evaluation of the above criteria for Quality issues etc. will also include the operation of minimum score thresholds. If the Tenderer's proposal receives a score below the required threshold then the bid may not be considered further. (The minimum acceptable score is a requirement to obtain at least half of the available points in any particular area).

An indicative use of this model can be downloaded from the Council’s website at http://www.bromley.gov.uk/info/200095/tenders_and_contracts/265/submitting_tenders

The Council works closely with a number of its surrounding local authorities on procurement activity and is a member of the South East London Procurement Group (comprising of the London Boroughs of Bromley, Bexley, Lewisham, Greenwich, Lambeth and Southwark). In addition to the partner organisation identified above, in appropriate circumstances and in compliance with any legal and regulatory requirement, the opportunity for services to be provided through this contract may also be offered to members of this organisation and who may have similar usage volumes.

The Council may make use of the contract for further negotiated arrangements to the extent permissible and in compliance with the relevant Procurement Regulations.

Prospective contractors are advised that the documents issued at this time in conjunction with the OJEU Tender Notice may be supplemented and/or amended as provided for in Regulation 53(6) of the Public Contracts Regulations 2015.

The contract falls into the Light Touch (Social and Other Specific Services – Section 7 – 74-76 PCR 2015) and will be placed in compliance with the arrangements identified in the regulations.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=189712025
GO-201631-PRO-7836815 TKR-201631-PRO-7836814
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: As set out in the Public Contracts Regulations 2006 (as amended).   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Royal Courts of Justice
      The Strand, Stockwell Close, Holborn, London, WC2A 2LL, United Kingdom
      Tel. +44 2079476000

   VI.5) Date Of Dispatch Of This Notice: 01/03/2016

ANNEX A

View any Notice Addenda

View Award Notice

UK-Bromley: Health and social work services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       London Borough of Bromley
       Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
       Email: echs.contractsteam@bromley.gov.uk
       Main Address: www.bromley.gov.uk
       NUTS Code: UKJ4

   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: Learning Disability Supported Living Services            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         85000000 - Health and social work services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The London Borough of Bromley (“the Council”) is inviting tenders for the provision of care and support services for a total of 11 clients within two existing supported living schemes situated within the London Borough of Bromley.

The clients have significant learning and physical disabilities but may also have autism, challenging behaviour and / or mental health needs. In addition the clients within these two schemes have complex health needs that will require staff to be appropriately and competently trained in monitoring people and in the administration of medication, including via Percutaneous Endoscopic Gastrostomy (PEG).

The Services are provided in a group supported living environment and individual flats. The age and ability of the clients vary; a pen portrait of each client will be included with the main tender documentation. The care and support to be provided will be a mixture of 1:1, shared hours and sleeping / waking night staff.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,991,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            85000000 - Health and social work services.
            98000000 - Other community, social and personal services.


      II.2.3) Place of performance
      Nuts code:
      UKJ4 - Kent
   
      Main site or place of performance:
      Kent
             

      II.2.4) Description of the procurement: All the clients have their own tenancy agreements with a Registered Social Landlord. The landlord function will be separate from that of the care and support provision.

The Services are provided in a group supported living environment and individual flats. The age and ability of the clients vary; a pen portrait of each client will be included with the main tender documentation. The care and support to be provided will be a mixture of 1:1, shared hours and sleeping / waking night staff.

All the clients have their own tenancy agreements with a Registered Social Landlord. The landlord function will be separate from that of the care and support provision.

Please note this is an Award Notice and we are not inviting expressions of interest.

      II.2.5) Award criteria:
      Quality criterion - Name: Financial Resources & Contract Affordability / Weighting: 2
      Quality criterion - Name: Implementation / Weighting: 8
      Quality criterion - Name: Recruitment, Training & Workforce Development / Weighting: 8
      Quality criterion - Name: Quality Assurance / Weighting: 8
      Quality criterion - Name: Complex Needs & Achieving Outcomes / Weighting: 8
      Quality criterion - Name: Stakeholder Engagement / Weighting: 6
                  
      Cost criterion - Name: Cost / Weighting: 60
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: 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: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2016/S 45-74301
      
   

   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: 14/09/2016

      V.2.2) Information about tenders
         Number of tenders received: 6
         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: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Outward Housing
             109 Antill Road, Bow, London, E3 5BW, United Kingdom
             NUTS Code: UKI12
            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: 2,991,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: Evaluation of the tender was based on the CIPFA standing guide to the commissioning of local authority work and services tender evaluation model and in full compliance with EU Directives, the Council's Contract Procedure Rules and in accordance with the stated criteria. The Council is part of the South East London Procurement Group (comprising the London Boroughs of Bromley, Bexley, Lewisham, Greenwich, Lambeth and Southwark) and in appropriate circumstances and in compliance with any legal and regulatory requirement may offer services through this contract to members of this organisation who may have similar usage volumes. The Council may make use of the contract for further negotiated arrangements to the extent permissible and in compliance with the relevant Procurement Regulations.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=222302798

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          The Strand, Holborn, London, WC2A 2LL, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Complaints during the procurement process are conducted under the Official Journal for the European Union (OJEU) in line with the Public Contracts Regulations (2015). Our processes are conducted in a fair, open and transparent manner. We are committed to developing constructive relationships with suppliers and are keen to generate maximum competition in all of our procurements to deliver best value and sustainable cost savings for the taxpayer. The outcome of the evaluation process is totally dependent on the competitive strength of the individual bid submissions, regardless of the bidder's size or place on existing / previous arrangements. We are committed to treating all suppliers fairly and all feedback and complaints are given full and fair consideration. If at any stage we believe that a mistake has been made by us, please be assured that we will rectify it to the extent that we can legally do so. In order to complain you must first be registered on the eSourcing tool for the relevant procurement event. All complaints must be raised via the eSourcing tool messaging facility. If you are still unsatisfied at the outcome of a procurement competition and wish to challenge it, then you should issue legal proceedings under Part 3 chapter 6 (Applications to the Court) of the Public Contracts Regulations 2015 and serve them on the Government Legal Department in accordance with the Civil Procedure Rules Part 66 (Crown Proceedings) and its associated Practice Direction. Please note that service by email is subject to prior agreement with the Head of Litigation at the Government Legal Department Solicitor's Department and is not routinely given.

      VI.4.4) Service from which information about the review procedure may be obtained
          Royal Courts of Justice
          The Strand, Stockwell Close, Holborn, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

   VI.5) Date of dispatch of this notice: 10/10/2016