London Boroughs of Richmond and Wandsworth has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | SENSORY IMPAIRMENT SERVICE |
Notice type: | Contract Notice |
Authority: | London Boroughs of Richmond and Wandsworth |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The term “Sensory Impairment” encompasses visual impairment (including blind and partially sighted), hearing impairment (including those who are profoundly deaf, deafened and hard of hearing) and dual sensory impairment (deaf blindness). The overall objectives of the Sensory Impairment Service are: •To support people with sensory impairments to live healthy and active lives; •To support people with sensory impairments to live independently and exercise choice and control over there daily lives; •To support people with sensory impairments in finding and retaining work, training and apprenticeships; •To support people with sensory impairments to participate fully in their community, including living in accommodation that meets their needs, travelling around the Borough and meeting other people; •To support people with sensory impairments to access the financial and non-financial benefits to which they are entitled. The approximate annual value of the contract is £250,000 |
Published: | 04/12/2015 16:49 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Wandsworth Borough Council
The Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
Tel. +44 2088716747, Email: APuplampu@wandsworth.gov.uk, URL: www.wandsworth.gov.uk, URL: www.delta-esourcing.com
Contact: Central Procurement Team, Attn: Adi-Naitey Puplampu
Electronic Access URL: www.delta-esourcing.com;www.gov.uk/contractsfinder
Electronic Submission URL: www.delta-esourcing.com
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: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: SENSORY IMPAIRMENT SERVICE
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 25
Region Codes: UKI11 - Inner London - West
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:
Community health services. The term “Sensory Impairment” encompasses visual impairment (including blind and partially sighted), hearing impairment (including those who are profoundly deaf, deafened and hard of hearing) and dual sensory impairment (deaf blindness).
The overall objectives of the Sensory Impairment Service are:
•To support people with sensory impairments to live healthy and active lives;
•To support people with sensory impairments to live independently and exercise choice and control over there daily lives;
•To support people with sensory impairments in finding and retaining work, training and apprenticeships;
•To support people with sensory impairments to participate fully in their community, including living in accommodation that meets their needs, travelling around the Borough and meeting other people;
•To support people with sensory impairments to access the financial and non-financial benefits to which they are entitled.
The approximate annual value of the contract is £250,000
II.1.6)Common Procurement Vocabulary:
85323000 - Community health services.
EA19-9 - For/Adapted for hard of hearing person
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: 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
Estimated value excluding VAT:
Range between: 1,250,000 and 1,375,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: Option to renew for up to two years
If known, Provisional timetable for recourse to these options:
Duration in months: 36 (from the award of the contract)
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 60 (from the award of the contract)
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:
As set out in Invitation to Tender
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in Invitation to Tender
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As set out in Invitation to Tender
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
As set out in Invitation to Tender
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
As set out in Invitation to Tender
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:
As set out in Invitation to Tender
Minimum Level(s) of standards possibly required:
As set out in Invitation to Tender
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
As set out in Invitation to Tender
Minimum Level(s) of standards possibly required:
As set out in Invitation to Tender
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: CPT/1756
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: 13/01/2016
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: Not Provided
VI.3)Additional Information: To express an interest in the opportunity, providers must access and refer to the tender documents at www.delta-esourcing.com
Providers must register and log in to the portal and find the Response Manager. Once on the Response Manager page, type in the following Access Code: 9SJEA947V6. Providers should then follow the on screen instructions.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=176134842
GO-2015124-PRO-7416004 TKR-2015124-PRO-7416003
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
High Court
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 20794760000
VI.4.2)Lodging of appeals: The Authority will incorporate a minimum 10 calendar day standstill period at the point of information on the award of the contracts is communicated to tenderers.
Applicants who are unsuccessful shall be informed by the relevant Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2015 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Authorities to amend any document and may award damages.
If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the relevant authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
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: 04/12/2015
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Wandsworth Borough Council
The Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
Tel. +44 2088716747, Email: APuplampu@wandsworth.gov.uk
Contact: Central Procurement Team
Main Address: http://www.wandsworth.gov.uk, Address of the buyer profile: http://www.delta-esourcing.com
NUTS Code: UKI11
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: SENSORY IMPAIRMENT SERVICE
Reference number: CPT/1756
II.1.2) Main CPV code:
85323000 - Community health services.
EA19-9 - For/Adapted for hard of hearing person
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The term “Sensory Impairment” encompasses visual impairment (including blind and partially sighted), hearing impairment (including those who are profoundly deaf, deafened and hard of hearing) and dual sensory impairment (deaf blindness).
The approximate annual value of the contract is £250,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s):
85323000 - Community health services.
EA19-9 - For/Adapted for hard of hearing person
II.2.3) Place of performance
Nuts code:
UKI11 - Inner London - West
Main site or place of performance:
Inner London - West
II.2.4) Description of the procurement: Community health services. The term “Sensory Impairment” encompasses visual impairment (including blind and partially sighted), hearing impairment (including those who are profoundly deaf, deafened and hard of hearing) and dual sensory impairment (deaf blindness).
The overall objectives of the Sensory Impairment Service are:
•To support people with sensory impairments to live healthy and active lives;
•To support people with sensory impairments to live independently and exercise choice and control over there daily lives;
•To support people with sensory impairments in finding and retaining work, training and apprenticeships;
•To support people with sensory impairments to participate fully in their community, including living in accommodation that meets their needs, travelling around the Borough and meeting other people;
•To support people with sensory impairments to access the financial and non-financial benefits to which they are entitled.
II.2.5) Award criteria:
Cost criterion - Name: Lowest-priced compliant tender / Weighting: 100%
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: Open
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 has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2015/S 238-432526
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: No
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure):
Notice reference (year and document number): 2015 - 432526
Section VI: Complementary information
VI.3) Additional information: Wandsworth Borough Council has taken the decision not to award the contract as advertised in the OJEU notice 2015/S 238-432526 dispatched 04/12/2015.
This decision was taken because the council has decided to re-visit the proposed service delivery model and re-procure the service at a later date.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=198349810
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 20794760000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 15/04/2016