London Boroughs of Richmond and Wandsworth: SENSORY IMPAIRMENT SERVICE

  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

UK-London: Community health services.

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

UK-London: Community health services.

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