London Borough of Bromley: Dementia Post Diagnosis Support Services

  London Borough of Bromley has published this notice through Delta eSourcing

Notice Summary
Title: Dementia Post Diagnosis Support Services
Notice type: Contract Notice
Authority: London Borough of Bromley
Nature of contract: Services
Procedure: Restricted
Short Description: The London Borough of Bromley (LBB) and Bromley Clinical Commissioning Group (BCCG) are seeking to establish a new and comprehensive Dementia Post Diagnosis Support Service for people living in the borough of Bromley with a diagnosis of dementia and for their carers – the Hub. There are four clear service areas or ‘Components’ that comprise the Hub, these are: •Dementia advisors and navigators •Community development and support •Carer training •Skills training and support in Extra Care Housing The first two components are entirely new, the carer training and skills training in ECH are already delivered in some form under existing contract arrangements. The vision for the service is that it will operate as a single entity with one organisation managing and co-ordinating the whole, the ‘Lead Organisation’. The Lead Organisation will hold responsibility for successful collaboration and information sharing across the piece and will be expected to ensure the successful dissemination of information on all services within this tender and the collation of performance and contract monitoring information. LBB and BCCG are inviting organisations that are suitably qualified and experienced in delivering support and services to people with dementia and/or their carers to submit their proposals for the delivery of this service. Organisations seeking to operate as the Lead Organisation will need to demonstrate significant reach into existing community and voluntary sector services operating in the borough. Organisations may bid to operate as the Lead Organisation and /or for delivery of any one or more component/s. Bids may be from: •Ready-formed consortia that can operate all or multiple components, or elements within components, of the service as well as acting as the lead organisation; •Individual organisations to operate single or multiple components, or elements within components, of the service as well as acting as the lead organisation. •Individual organisations to operate single or multiple components or elements within components of the service. Organisations that wish to deliver single or multiple service elements only but not act as lead organisation, or that are unsuccessful in their bid to be the lead organisation, may be directed to the lead organisation to be considered as a consortium member or sub-contractor. Providers must register at www.londontenders.org in order to participate in this tender..  
Published: 18/01/2016 09:23

View Full Notice

UK-Bromley: Health and social work services.

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: Dementia Post Diagnosis Support Services
      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:
      Health and social work services. Community health services. Other community, social and personal services. Health training services. The London Borough of Bromley (LBB) and Bromley Clinical Commissioning Group (BCCG) are seeking to establish a new and comprehensive Dementia Post Diagnosis Support Service for people living in the borough of Bromley with a diagnosis of dementia and for their carers – the Hub. There are four clear service areas or ‘Components’ that comprise the Hub, these are:
•Dementia advisors and navigators
•Community development and support
•Carer training
•Skills training and support in Extra Care Housing

The first two components are entirely new, the carer training and skills training in ECH are already delivered in some form under existing contract arrangements. The vision for the service is that it will operate as a single entity with one organisation managing and co-ordinating the whole, the ‘Lead Organisation’. The Lead Organisation will hold responsibility for successful collaboration and information sharing across the piece and will be expected to ensure the successful dissemination of information on all services within this tender and the collation of performance and contract monitoring information.
LBB and BCCG are inviting organisations that are suitably qualified and experienced in delivering support and services to people with dementia and/or their carers to submit their proposals for the delivery of this service. Organisations seeking to operate as the Lead Organisation will need to demonstrate significant reach into existing community and voluntary sector services operating in the borough.
Organisations may bid to operate as the Lead Organisation and /or for delivery of any one or more component/s. Bids may be from:
•Ready-formed consortia that can operate all or multiple components, or elements within components, of the service as well as acting as the lead organisation;
•Individual organisations to operate single or multiple components, or elements within components, of the service as well as acting as the lead organisation.
•Individual organisations to operate single or multiple components or elements within components of the service.

Organisations that wish to deliver single or multiple service elements only but not act as lead organisation, or that are unsuccessful in their bid to be the lead organisation, may be directed to the lead organisation to be considered as a consortium member or sub-contractor.

Providers must register at www.londontenders.org in order to participate in this tender..




         
      II.1.6)Common Procurement Vocabulary:
         85000000 - Health and social work services.
         
         85323000 - Community health services.
         
         98000000 - Other community, social and personal services.
         
         80561000 - Health training 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:
      Contract will commence 1st July 2016 for a period of two years with the option to extend for a period of up two years.         
         Estimated value excluding VAT: 1,900,000
         Currency: GBP
                        
      
      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:
      Performance Bond 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;
         (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: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 5 and maximum number: 8   
   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: Not Provided
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: DN106569      
      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: 18/02/2016
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      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: 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 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.

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.

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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=181751412
GO-2016118-PRO-7595093 TKR-2016118-PRO-7595092
   
   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: 18/01/2016

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
      Bromley Clinical Commissioning Group
      1st Floor, Beckenham Beacon, 379 Croydon Road, Beckenham, BR3 3QL, United Kingdom

View any Notice Addenda

View Award Notice