Reading Borough Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Provision of a Home Improvement Agency Service for Berkshire West |
Notice type: | Contract Notice |
Authority: | Reading Borough Council |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The Unitary Authorities of Reading, West Berkshire and Wokingham, in the County of Berkshire, are seeking to jointly commission the services of a single organisation/contractor to provide a Home Improvement Agency Service (HIA). The HIA will provide a core agency and minor adaptations service to all three local authority areas and a handyperson service to Reading residents only. |
Published: | 21/01/2013 18:15 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Reading Borough Council
Civic Offices, Reading, RG1 7AE, United Kingdom
Tel. +44 1189372945, Fax. +44 1189372278, Email: corporate.procurement@reading.gov.uk, URL: www.reading.gov.uk
Electronic Access URL: https://www.businessportal.southeastiep.gov.uk/sece/opportunity.nsf/fcontent?ReadForm&requesttype=viewcontract®ion=REG-UATA-79EMAL&authority=ORG-DNWA-7BSKBT&docid=OS-DNWA-946NZD&sd=&stype=&rv=authority&start=1&count=10&contentid=1.003
Further information can be obtained at: ANNEX A.I
Specifications and additional documents: ANNEX A.II
Tenders or requests to participate must be sent to: ANNEX A.III
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
Environment
Housing and community amenities
Social protection
Recreation, culture and religion
Education
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Provision of a Home Improvement Agency Service for Berkshire West
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 25
Region Codes: UKJ11 - Berkshire
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Other community, social and personal services. Residential property services. Miscellaneous repair and maintenance services. Welfare services for the elderly. Welfare services for the handicapped. Guidance services. The Unitary Authorities of Reading, West Berkshire and Wokingham, in the County of Berkshire, are seeking to jointly commission the services of a single organisation/contractor to provide a Home Improvement Agency Service (HIA). The HIA will provide a core agency and minor adaptations service to all three local authority areas and a handyperson service to Reading residents only.
II.1.6)Common Procurement Vocabulary:
98000000 - Other community, social and personal services.
70331000 - Residential property services.
EA05-7 - For elderly person
EA12-8 - For/Adapted for disabled person
EA13-1 - For/Adapted for physical disabled
50800000 - Miscellaneous repair and maintenance services.
EA05-7 - For elderly person
EA12-8 - For/Adapted for disabled person
EA13-1 - For/Adapted for physical disabled
85311100 - Welfare services for the elderly.
85311200 - Welfare services for the handicapped.
85312310 - Guidance services.
EA05-7 - For elderly person
EA12-8 - For/Adapted for disabled person
EA13-1 - For/Adapted for physical disabled
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: Not Provided
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:
The HIA will be commissioned to provide consistent and accessible services to all residents living in the Commissioning Authorities Areas of Reading, West Berkshire and Wokingham who are elderly, disabled and/or vulnerable, and who require improvements or adaptations to their homes to enable them to remain living there in a safe and secure environment. The services will include the direct provision of repair and maintenance services where appropriate, prevention initiatives and providing advice on appropriate funding sources, including private finance and accessing appropriate benefits. The service provider will be required to work in partnership with other organisations that are providing similar services to improve communication, co-ordination and collaboration particularly across age and client group.
There is no guarantee of the volume of services required.
It is anticipated that the contract will commence in November 2013 and it will operate for an initial period of 3 years with an option to extend by up to a maximum of 2 years, dependent upon contractors' performance and future funding allocations, this will be at Reading Borough Council's sole discretion in consultation with West Berkshire Council and Wokingham Borough Council.
For illustrative purposes it is estimated that the potential total annual value is 457,545 GBP over a term of 3 years, with an option to extend by up to a maximum of 2 years, as specified in the range below.
Estimated value excluding VAT:
Range between: 1,372,635 and 2,287,725
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: Contract of an initial period of 3 years with an option to extend the contract for a further period not exceeding 2 years in total.
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
Duration in months: 60 (from the award of the contract)
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Will be detailed within the Invitation to Tender (ITT) documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
All payments under the contract shall be made in pounds sterling (GBP). Actual method of payment to the contractor will be indicated in the Invitation to Tender (ITT) documentation.
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.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
Evidence of economic and financial standing will be required as defined in the Pre-Qualification Questionnaire (PQQ).
Potential applicants will be required to provide either a copy of audited accounts for the most recent two years, or a statement of turnover, profit and loss account and cash flow for the most recent year of trading, or a statement of cash flow forecast for the current year and a bank letter outlining the current cash and credit position, or an alternative means of demonstrating financial status if trading for less than a year.
To support the financial assessment the Council will seek more information from independent credit reference agencies as part of the evaluation and reserves the right to undertake credit checks at each stage of the procurement process.
Potential applicants must provide evidence that their organisation is able to obtain the levels of insurance required.
Evidence of this may be requested at any point during the procurement process and prior to contract award.
The Council will require the provider to have the following levels of cover as a minimum:
Employer's Liability Insurance - 10,000 000 GBP.
Public Liability Insurance - 10,000 000 GBP.
Product Liability Insurance - 10,000 000 GBP.
Professional Indemnity Insurance - 1,000 000 GBP.
Contractors All Risk - 1,000 000 GBP.
Failure to provide the required information will result in the potential applicant being excluded.
Minimum Level(s) of standards possibly required:
As detailed in the pre-qualification questionnaire (PQQ).
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Evidence of technical capacity will be required as defined in the Pre-Qualification Questionnaire (PQQ).
Potential applicants will be required to provide information on the following:
— Experience regarding the provision of similar services,
— Business Continuity,
— Quality Assurance,
— Health and Safety,
— Environmental Management,
— Equal Opportunities,
— Safeguarding,
— Complaints,
— Data Protection.
Minimum Level(s) of standards possibly required:
As detailed in the pre-qualification questionnaire (PQQ).
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: Not Provided
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 number of operators: 5
Objective Criteria for choosing the limited number of candidates:
Evidence of economic and financial standing and technical competence will be required as defined in pre-qualification questionnaire (PQQ). There will be some pass/fail criteria contained within the PQQ. Candidates who do not demonstrate compliance with any of the pass/fail criteria will be excluded from the procurement exercise. Based on the selection criteria which will be contained in the PQQ, the authority will short list the top 5 highest scoring candidates according to the scoring scheme who will be taken through to the invitation to tender (ITT) stage.
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: Contract No. SC114
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 26/02/2013
Time-limit for receipt of requests for documents or for accessing documents: 23:59
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 27/02/2013
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 26/03/2013
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: Yes
Estimated timing for further notices to be published: 60 months
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, and the contract will be awarded on the basis of the most economically advantageous tender.
The contracting authority anticipates that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) may apply to this contract.
This contracting opportunity is being advertised on a voluntary basis as the subject of the contract is considered to be services that fall within the scope of a Part B Service as listed in Schedule 3 of the Public Contracts Regulations 2006 (as amended).
The contracting authority does not bind itself to enter into any contract as a result of the publication of this notice and will not, under any circumstances, have any liability for any costs any person responding to this notice incurs in any part of the tender process.
The Pre-Qualification Questionnaire (PQQ) documentation relating to this tender can be downloaded from the South East Business Portal via the following link: https://www.businessportal.southeastiep.gov.uk/sece/opportunity.nsf/fcontent?ReadForm&requesttype=viewcontract®ion=REG-UATA-79EMAL&authority=ORG-DNWA-7BSKBT&docid=OS-DNWA-946NZD&sd=&stype=&rv=authority&start=1&count=10&contentid=1.003
Contractors wishing to be considered for this tendering opportunity must complete the PQQ and return it in hard copy with the requested supporting documents to the Request to Participate address given in I1.3 of this notice. The deadline for return of the PQQ is stipulated at Section IV.3.4. Please note: you must register your interest via the South East Business Portal if you intend to submit a PQQ. If your organisation has not registered an expression of interest we will not be able to send you any amendments to the PQQ documents, or send you responses for requests for PQQ clarification from other potential candidates. You are advised to register your interest in this opportunity if you wish to be automatically supplied with any supplementary information. Any further information, such as PQQ clarification questions and responses will be uploaded to the South East Business Portal.
The contracting authority is acting as lead authority only insofar as it is carrying out this procurement exercise in accordance with the terms of an agreement between Reading Borough Council, West Berkshire Council and Wokingham Borough Council. For the avoidance of doubt this notice stands for all these parties. The award of this contract is dependent upon an agreement being in place.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/respondToList.html?noticeId=38649251
GO-2013121-PRO-4530553 TKR-2013121-PRO-4530552
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: In accordance with Regulation 32 (information about contract award procedures and the application of a standstill period prior to contract award) and Regulation 47 (enforcement of obligations) of the United Kingdom's Public Contracts Regulations 2006 as amended by the Public Contracts (Amendment) Regulations 2009.
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 21/01/2013
ANNEX A
I) Addresses and contact points from which further information can be obtained:
Reading Borough Council
ENCAS - Housing and Public Health, Level 15, Civic Offices, Reading, RG1 7AE, United Kingdom
Tel. +44 1189372466, Email: HIA.tender@reading.gov.uk
Contact: Private Sector Renewal and Adaptations Team, Attn: Yasmin Ahmad - Private Sector Renewal and Adaptations Team Leader
II) Addresses and contact points from which specifications and additional documents can be obtained:
Reading Borough Council
ENCAS - Housing and Public Health, Level 15, Civic Offices, Reading, RG1 7AE, United Kingdom
Tel. +44 1189372466, Email: HIA.tender@reading.gov.uk
Contact: Private Sector Renewal and Adaptations Team, Attn: Yasmin Ahmad - Private Sector Renewal and Adaptations Team Leader
III) Addresses and contact points to which tenders/requests to participate must be sent:
Reading Borough Council
ENCAS - Housing and Public Health, Level 15, Civic Offices, Reading, RG1 7AE, United Kingdom
Tel. +44 1189372466, Email: HIA.tender@reading.gov.uk
Contact: Private Sector Renewal and Adaptations Team, Attn: Yasmin Ahmad - Private Sector Renewal and Adaptations Team Leader
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
West Berkshire Council
Market Street, Newbury, RG14 5LD, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
Wokingham Borough Council
Shute End, Wokingham, RG40 1BN, United Kingdom
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Reading: Other community, social and personal services.
I.1)Name, Addresses and Contact Point(s):
Reading Borough Council
Civic Offices, Reading, RG1 7AE, United Kingdom
Tel. +44 1189372945, Fax. +44 1189372278, Email: corporate.procurement@reading.gov.uk, URL: www.reading.gov.uk
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
Environment
Health
Housing and community amenities
Social protection
Recreation, culture and religion
Education
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Provision of a Home Improvement Agency Service for Berkshire West
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 25
Do you agree to the publication of this notice?: Yes
Region Codes: UKJ11 - Berkshire
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Other community, social and personal services. Residential property services. Miscellaneous repair and maintenance services. Welfare services for the elderly. Welfare services for the handicapped. Guidance services. Appointment of a contractor to provide the Unitary Authorities of Reading, West Berkshire and Wokingham, in the County of Berkshire, with a Home Improvement Agency Service (HIA). The HIA will provide a core agency and minor adaptations service to all three local authority areas and a handyperson service to Reading residents only.
II.1.5)Common procurement vocabulary:
98000000 - Other community, social and personal services.
70331000 - Residential property services.
EA05-7 - For elderly person
EA12-8 - For/Adapted for disabled person
EA13-1 - For/Adapted for physical disabled
50800000 - Miscellaneous repair and maintenance services.
EA05-7 - For elderly person
EA12-8 - For/Adapted for disabled person
EA13-1 - For/Adapted for physical disabled
85311100 - Welfare services for the elderly.
85311200 - Welfare services for the handicapped.
85312310 - Guidance services.
EA05-7 - For elderly person
EA12-8 - For/Adapted for disabled person
EA13-1 - For/Adapted for physical disabled
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 1,979,695
Currency: GBP
Excluding VAT: Yes
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Price - 40
Management and Operation of the Service - 20
Proposed Service - 20
Partnership Working - 10
Assessment of needs, risks and support planning - 10
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: Contract No. SC114
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2013/S 18 - 26439 of 25/01/2013
Section V: Award Of Contract
1: Award And Contract Value
Contract No: SC114
V.1)Date Of Contract Award: 09/08/2013
V.2) Information About Offers
Number Of Offers Received: 2
Number Of Offers Received By Electronic Means: 0
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Aster Living
Postal address: Sarsen Court, Horton Avenue
Town: Devices
Postal code: SN10 2AZ
Country: United Kingdom
Email: verity.tregellas@asterliving.co.uk
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 2,287,725
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
The contract term will commence on 4.11.2013 and will be for an initial period of 3 years with an option to extend, which will be exercised at the sole discretion of the contracting authority, for up to a further 2 year period, subject to annual review and future funding allocations.
This contracting opportunity was advertised on a voluntary basis as the subject of the contract is considered to be services that fall within the scope of a Part B Service as listed in Schedule 3 of the Public Contracts Regulations 2006 (as amended).
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=67589409
GO-2013815-PRO-5039573 TKR-2013815-PRO-5039572
VI.3.1)Body responsible for appeal procedures:
Not Provided
VI.3.2)Lodging of appeals: Reading Borough Council has already incorporated a ten (10) day standstill period at the point the information on award of contract was communicated to all tenderers. The notification provided full information on the award decision. The standstill period, which was for a minimum 10 calendar days, provided time for unsuccessful tenderers to challenge the award decision before the contract was entered into.
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 15/08/2013
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
West Berkshire Council
Market Street, Newbury, RG14 5LD, United Kingdom
2: Contracting Authority
Wokingham Borough Council
Shute End, Wokingham, RG40 1BN, United Kingdom