London Borough of Bromley has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Nursing Care Beds |
Notice type: | Social and Other Specific Services - Public Contracts |
Authority: | London Borough of Bromley |
Nature of contract: | Not applicable |
Procedure: | Restricted |
Short Description: | |
Published: | 13/06/2017 15:36 |
View Full Notice
Preliminary Questions
This notice is for Prior information notice: No
This notice is for Contract notice: Yes
This notice is for Contract award notice: No
Section I: Contracting Authority
I.1) Name and addresses:
London Borough of Bromley
Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
Email: ECHS.ContractsTeam@bromley.gov.uk
Main Address: http://www.bromley.gov.uk
NUTS Code: UKJ4
Specifications and additional documents: As Above
I.2) Joint procurement:
The contract involves joint procurement: No.
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:
https://www.londontenders.org
Further information can be obtained from: the above mentioned address
Tenders or requests to participate must be sent: electronically via -- https://www.londontenders.org
to the abovementioned address
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: Nursing Care Beds
Reference number: DN279124
II.1.2) Common Procurement Vocabulary:
85000000 - Health and social work services.
II.1.3) Type of contract: SERVICE
II.1.4) Short description:
The Council invites tenders for the provision of nursing care beds within the London Borough of Bromley or its immediate boundaries. The provision of care will be governed by the basic principles of privacy, dignity, independence, choice, rights and fulfilment.
The tender is being run electronically through the London Tenders Portal and suppliers will need to register their company with the portal at www.londontenders.org to ensure they are able to access and submit the relevant documents online.
Full tender documentation is accessible via the Portal and Applicants should complete only the Stage 1 Selection Documents at this stage. The Invitation to Tender and supporting documents should only be completed once an Applicant has been invited to submit a tender following assessment of the Stage 1 responses. Applicants will be informed if they are being invited or not being invited to submit a tender on or around July/August.
II.1.5) Estimated total value:
Value excluding VAT (give figures only) : 17,500,000 - Currency : GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Lot Description
II.2.3) Place of performance:
Region Codes:
UKJ4 - Kent
II.2.4) Description of the procurement:
The Council seeks to promote and provide a high quality, responsive and cost effective service for people who require care within a nursing home. The successful Contractor(s) will be governed by the fundamental principle that every service user has a right to safety, stability and consistency of service, and is required to maintain this commitment for the lifetime of each service user or for so long as the Home can continue to meet their care needs.
The Council is looking to procure a total of 70 beds, 60 beds on a block booked basis and 10 further beds on a first refusal basis, with a number of suppliers.
II.2.6) Estimate value
Value excluding VAT (give figures only) : 17,500,000 - currency : GBP
II.2.7) Duration of the contract, framework agreement
Duration: between 02/01/2018 and 01/01/2025
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
A combined total of the 70 beds required by the Council is approx. £2.5m per annum. Please note this is an indicative figure only. All applications MUST be made through the London Tenders Portal ONLY and NOT to the Contact Details contained within this notice. The contract will run for 7 years with the option to extend for a further period of up to 3 years.
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria:
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
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
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 - Not Provided
IV.1.8) Information about Government Procurement Agreement (GPA )
The contract is covered by the Government Procurement Agreement (GPA) - Not Provided
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in OJEU: Not Provided
IV.2.2) Time limit for receipt of expressions of interest
Date - 10/07/2017 Local Time - 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English
Section VI: Complementary Information
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional Information:
The Council works with the London Boroughs of Bexley, Lewisham, Greenwich, Lambeth, Southwark, Croydon and Bromley Clinical Commissioning Group (CCG). In addition to the bodies 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 the above mentioned organisations 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. 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=262215684
GO-2017613-PRO-10412971 TKR-2017613-PRO-10412970
VI.4) Procedures For Appeal
VI.4.1) Body responsible for appeal procedures:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures:
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 lodging of appeals may be obtained:
Royal Courts of Justice
The Strand, Holborn, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.5) Date Of Dispatch Of This Notice: 13/06/2017
View any Notice Addenda
Preliminary Questions
This notice is for Prior information notice: No
This notice is for Contract notice: No
This notice is for Contract award notice: Yes
Section I: Contracting Authority
I.1) Name and addresses:
London Borough of Bromley
Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
Email: procurement@bromley.gov.uk
Main Address: http://www.bromley.gov.uk, Address of the buyer profile: http://www.bromley.gov.uk
NUTS Code: UKJ4
Specifications and additional documents: ANNEX A.II
I.2) Joint procurement:
The contract involves joint procurement: No.
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
II.1) Scope of the procurement
II.1.1) Title: Nursing Care Beds
Reference number: DN279124
II.1.2) Common Procurement Vocabulary:
85000000 - Health and social work services.
II.1.3) Type of contract: SERVICE
II.1.4) Short description:
Provision of nursing care beds within the London Borough of Bromley or its immediate boundaries. The provision of care will be governed by the basic principles of privacy, dignity, independence, choice, rights and fulfilment. The Council commissioned a total of 70 beds on a block booked basis.
The tender was run electronically through the London Tenders Portal.
II.1.6) Information about lots:
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value : 2,500,000 Currency : GBP
II.2) Lot Description
II.2.3) Place of performance:
Region Codes:
UKJ4 - Kent
II.2.4) Description of the procurement:
The Council seeks to promote and provide a high quality, responsive and cost effective service for people who require care within a nursing home. The successful Contractor(s) will be governed by the fundamental principle that every service user has a right to safety, stability and consistency of service, and is required to maintain this commitment for the lifetime of each service user or for so long as the Home can continue to meet their care needs.
The Council is looking to procure a total of 70 beds.
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
A combined total of the 70 beds required by the Council is approx. £2.5m per annum.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
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 will be used - Not Provided
IV.1.8) Information about Government Procurement Agreement (GPA )
The contract is covered by the Government Procurement Agreement (GPA) - Not Provided
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in OJEU: 2017/S 113 - 228218
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 - Yes
Section V: Award of Contract
Award of Contract : 1
Contract No:
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: 28/03/2018
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: Not Provided (SME as defined in Commission Recommendation 2003/361/EC)
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: 2
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
Mission Care
The Living Building, 3 Sherman Road, Bromley, BR1 3 JH, United Kingdom
NUTS Code: UKJ4
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: 25,000,000 - Currency: GBP
Total value of the contract/lot: 25,000,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Section VI: Complementary Information
VI.3) Additional Information:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=322191006
GO-2018525-PRO-12493917 TKR-2018525-PRO-12493916
VI.4) Procedures For Appeal
VI.4.1) Body responsible for appeal procedures:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2) Body responsible for mediation procedures:
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:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Royal Courts of Justice
The Strand, Holborn, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.5) Date Of Dispatch Of This Notice: 25/05/2018