London Borough of Bromley has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Step up to Social Work Post Graduate Diploma |
Notice type: | Contract Notice |
Authority: | London Borough of Bromley |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Step Up To Social Work is a Department for Education funded initiative developed in response to recognised recruitment issues, plus concerns that qualifying programmes were not consistently preparing graduates for the realities of practice upon qualification, particularly in front line child care services. The model has at its foundation the notion of Regional Partnerships whereby local authorities work with an academic institution to deliver a course that produces skilled, confident and capable social workers for front line child care teams. The emphasis of the programme is the need for a shared ownership of social work education between employers and education providers. The Council and the academic institute will collaborate at the second stage of recruitment and selection of trainees, curriculum design, assessment plus contribution to teaching, both via placements and within the academic offer. The tender opportunity will be run through the London Tenders Procurement Portal and you will need to register your company with the portal as soon as possible (if you have not already done so) at www.londontenders.org to ensure that you are able to express your interest in this tender and receive the relevant documents once they are available online. There tender is being run on behalf of the South East London Partnership which consists of the London Boroughs of Bromley, Bexley, Lewisham and Lambeth, the Royal Borough of Greenwich and Surrey County Council. It is anticipated that the contract will commence 29th June 2015 (or at any such date as directed by the Council) for at for a period of 22 months followed by the option to extend for a further period of 22 months. Estimated contract value is £338,000 (£676,000 if extension option used) Please refer to Tender Documentation fro clarification. Please Note: at the time of advertising this Tender, the Council is awaiting confirmation of the draw down of funding for the Programme. The Council reserves the right to withdraw the tender should the funding not be available. |
Published: | 30/04/2015 14:36 |
View Full Notice
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
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
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: Step up to Social Work Post Graduate Diploma
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 24
Region Codes: UKI22 - Outer London - South
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:
Education and training services. Adult and other education services. Social work and related services. Step Up To Social Work is a Department for Education funded initiative developed in response to recognised recruitment issues, plus concerns that qualifying programmes were not consistently preparing graduates for the realities of practice upon qualification, particularly in front line child care services. The model has at its foundation the notion of Regional Partnerships whereby local authorities work with an academic institution to deliver a course that produces skilled, confident and capable social workers for front line child care teams. The emphasis of the programme is the need for a shared ownership of social work education between employers and education providers. The Council and the academic institute will collaborate at the second stage of recruitment and selection of trainees, curriculum design, assessment plus contribution to teaching, both via placements and within the academic offer.
The tender opportunity will be run through the London Tenders Procurement Portal and you will need to register your company with the portal as soon as possible (if you have not already done so) at www.londontenders.org to ensure that you are able to express your interest in this tender and receive the relevant documents once they are available online.
There tender is being run on behalf of the South East London Partnership which consists of the London Boroughs of Bromley, Bexley, Lewisham and Lambeth, the Royal Borough of Greenwich and Surrey County Council.
It is anticipated that the contract will commence 29th June 2015 (or at any such date as directed by the Council) for at for a period of 22 months followed by the option to extend for a further period of 22 months.
Estimated contract value is £338,000 (£676,000 if extension option used) Please refer to Tender Documentation fro clarification.
Please Note: at the time of advertising this Tender, the Council is awaiting confirmation of the draw down of funding for the Programme. The Council reserves the right to withdraw the tender should the funding not be available.
II.1.6)Common Procurement Vocabulary:
80000000 - Education and training services.
80400000 - Adult and other education services.
85300000 - Social work and related 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 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.
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
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(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;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(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: Open
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: Not Provided
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: 01/06/2015
Time: 12:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided
IV.3.8)Conditions for opening tenders
Not Provided
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: 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).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=142097270
GO-2015430-PRO-6563738 TKR-2015430-PRO-6563737
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
London Borough of Bromley
Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
Email: mark.bowen@bromley.gov.uk
Body responsible for mediation procedures:
DRS-CIArb on behalf of the Chartered Institute of Arbitrators
12 Bloomsbury Square, London, WC1A 2LP, United Kingdom
Tel. +44 8452707055, Email: padre@bipsolutions.com, URL: http://www.bipsolutions.com/
VI.4.2)Lodging of appeals: The Remedies Directive and 'Alcatel' mandatory standstill period provide clear and effective procedures for seeking redress in cases where bidders consider contracts have been unfairly awarded. Appeals against the award must be made within a period of 10 days (if contractors have been notified electronically) of the award of contract to the address shown in VI.4.1. Requests for additional de-briefing within the standstill period must be made in writing (which includes fax and email) to the same address. Any such request must be received by the contracting authority no later than midnight of the second day of the standstill period.
VI.4.3)Service from which information about the lodging of appeals may be obtained:
London Borough of Bromley
Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
Tel. +44 2083134639
VI.5) Date Of Dispatch Of This Notice: 30/04/2015
ANNEX A
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
London Borough of Bexley
Civic Offices, 2 Watling Street, Bexleyheath, DA6 7AT, 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
London Borough of Lewisham
Laurence House, 1 Catford Road, London, SE6 4RU, 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:
3: Contracting Authority
London Borough of Lambeth
Olive Morris House, 18 Brixton Hill, London, SW2 1RD, 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:
4: Contracting Authority
Royal Borough of Greewich
The Woolwich Centre, Wellington Street, Woolwich, SE18 6HQ, 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:
5: Contracting Authority
Surrey County Council
County Hall, Penrhyn Road, Kingston upon Thames, KT1 2DN, United Kingdom
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Bromley: Education and training services.
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
Electronic Access URL: www.londontenders.org
Electronic Submission URL: www.londontenders.org
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Not Provided
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: Step up to Social Work Post Graduate Diploma
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 24
Do you agree to the publication of this notice?: Yes
Region Codes: UKI22 - Outer London - South
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):
Education and training services. Adult and other education services. Social work and related services. Step Up To Social Work is a Department for Education funded initiative developed in response to recognised recruitment issues, plus concerns that qualifying programmes were not consistently preparing graduates for the realities of practice upon qualification, particularly in front line child care services. The model has at its foundation the notion of Regional Partnerships whereby local authorities work with an academic institution to deliver a course that produces skilled, confident and capable social workers for front line child care teams. The emphasis of the programme is the need for a shared ownership of social work education between employers and education providers. The Council and the academic institute will collaborate at the second stage of recruitment and selection of trainees, curriculum design, assessment plus contribution to teaching, both via placements and within the academic offer.
Please note that this is an Award Notice and we are not inviting expressions of interest.
II.1.5)Common procurement vocabulary:
80000000 - Education and training services.
80400000 - Adult and other education services.
85300000 - Social work and related services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 282,000
Currency: GBP
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Price - 60
Tenderer’s Proposal and Ability to deliver the Programme - 4
Location and Proposals to offer key study & Student Facilities / Accreditation (2 each) - 4
Staffing and Experience - 4
Tenderer’s proposal to promote shared ownership of the Programme - 4
HCPC Approval / Experience - 6
Tenderer’s Understanding of, and proposals to support the Programme - 6
Tenderer’s proposals to develop the course modules and module assessments - 4
Development of the Programme - 4
Service user involvement in the Programme - 4
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: Yes
Contract notice
Notice number in OJ: 2015/S 86 - 155908 of 05/05/2015
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 25/06/2015
V.2) Information About Offers
Number Of Offers Received: 4
Number Of Offers Received By Electronic Means: 4
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Royal Holloway London University
Postal address: Egham Hill
Town: Egham
Postal code: TW20 0EX
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
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:
All information as per Contract Notice.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=153406636
GO-2015727-PRO-6849258 TKR-2015727-PRO-6849257
VI.3.1)Body responsible for appeal procedures:
Not Provided
VI.3.2)Lodging of appeals: As set out in the Public Contracts Regulations 2006 (as amended).
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Royal Courts of Justice
The Strand, Holborn, London, WC2A 2LL
VI.4)Date Of Dispatch Of This Notice: 27/07/2015
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
London Borough of Bexley
Civic Offices, 2 Watling Street, Bexleyheath, DA6 7AT, United Kingdom
2: Contracting Authority
London Borough of Lewisham
Laurence House, 1 Catford Road, London, SE6 4RU, United Kingdom
3: Contracting Authority
London Borough of Lambeth
Olive Morris House, 18 Brixton Hill, London, SW2 1RD, United Kingdom
4: Contracting Authority
Royal Borough of Greewich
The Woolwich Centre, Wellington Street, Woolwich, SE18 6HQ, United Kingdom
5: Contracting Authority
Surrey County Council
County Hall, Penrhyn Road, Kingston upon Thames, KT1 2DN, United Kingdom