London Borough of Bromley has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Learning Disability Supported Living Services: Scheme 1 (3 Properties) |
Notice type: | Contract Notice |
Authority: | London Borough of Bromley |
Nature of contract: | Services |
Procedure: | Open |
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 people with learning disabilities who may also have autism, challenging behaviour, mental health and / or complex health needs, within 3 existing supported living schemes situated in the London Borough of Bromley. All 3 services are provided within a group supported living model. The age and ability of the clients vary; a pen portrait of each client will be included with the main tender documentation. 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 currently provided by one care and support provider. 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. It is anticipated that the Contract will commence mid-April 2016. The contract will run for a period of 3 years with the option to extend for a further period of up to but not exceeding 2 years. A combined total of all 3 schemes of approximately £908,000 per annum. Please note this is an indicative figure only. |
Published: | 27/08/2015 14:48 |
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: carol.fletcher@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: Scheme 1 (3 Properties)
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:
Social work and related services. The London Borough of Bromley (“the Council”) is inviting tenders for the provision of care and support services for a total of 11 people with learning disabilities who may also have autism, challenging behaviour, mental health and / or complex health needs, within 3 existing supported living schemes situated in the London Borough of Bromley.
All 3 services are provided within a group supported living model. The age and ability of the clients vary; a pen portrait of each client will be included with the main tender documentation.
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 currently provided by one care and support provider.
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.
It is anticipated that the Contract will commence mid-April 2016. The contract will run for a period of 3 years with the option to extend for a further period of up to but not exceeding 2 years. A combined total of all 3 schemes of approximately £908,000 per annum. Please note this is an indicative figure only.
II.1.6)Common Procurement Vocabulary:
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 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
(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;
(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;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(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: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 16/10/2015
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: 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.
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=156947110
GO-2015827-PRO-6988200 TKR-2015827-PRO-6988199
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: 27/08/2015
ANNEX A