London Borough of Bromley: Provision of Care and Support in Extra Care Housing

  London Borough of Bromley has published this notice through Delta eSourcing

Notice Summary
Title: Provision of Care and Support in Extra Care Housing
Notice type: Social and Other Specific Services - Public Contracts
Authority: London Borough of Bromley
Nature of contract: Not applicable
Procedure: Restricted
Short Description:
Published: 09/05/2016 14:48

View Full Notice

UK-Bromley: Health and social work services.
Preliminary Questions
   This notice is for Prior information notice: No
   This notice is for Contract notice: Yes
   This notice is for Contract award notice: No
         
Section I: Contracting Authority

I.1) Name and addresses:
       London Borough of Bromley
       Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
       Email: echs.contractsteam@bromley.gov.uk
       Main Address: http://www.bromley.gov.uk
       NUTS Code: UKJ4
      Specifications and additional documents: As Above
I.2) Joint procurement:
   The contract involves joint procurement: No.
   The contract is awarded by a central purchasing body: No .
I.3) Communication       
   The procurement documents are available for unrestricted and full direct access, free of charge, at:              
         https://www.londontenders.org
   Further information can be obtained from: the above mentioned address    
   Tenders or requests to participate must be sent: electronically via -- https://www.londontenders.org          
         to the abovementioned address

I.4) Type of the contracting authority    
   Regional or local authority
I.5) Main activity:    
   General public services

Section II: Object

II.1) Scope of the procurement
   II.1.1) Title: Provision of Care and Support in Extra Care Housing          
         Reference number: DN106454          
   II.1.2) Common Procurement Vocabulary:       
      85000000 - Health and social work services.
   II.1.3) Type of contract: SERVICE

   II.1.4) Short description:
   The London Borough Bromley is looking to procure the care and support in 6 Extra Care Housing Schemes across the London Borough of Bromley. Extra Care Housing Schemes are specialist housing provision designed to offer a safe environment for older residents who are eligible for additional care needs. A key aspect of Extra Care Housing is that residents are encouraged and supported to maintain their independence whilst having the benefit of planned and responsive emergency care 24/7 when needed.

Both Lots have optional extensions of 2 years plus a further 2 years..

The tender will be run electronically using the ProContract London Tenders Portal e-tendering system and suppliers interested in accessing the tender document will need to ensure that they are registered with the London Tenders Portal (if they have not already done so) at www.londontenders.org.          
   II.1.5) Estimated total value:       
      Value excluding VAT (give figures only) : 2,400,000 - Currency : GBP
   II.1.6) Information about lots:
      This contract is divided into lots: Yes                
      If yes, tenders should be submitted for: All lots         
      Maximum number of lots that may be awarded to one tenderer: 1       
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots:       
      Although contractors are able to bid for both lots, in order to minimise risk separate contractors will be appointed to each lot.

   II.2) Lot Description - 1    
   II.2.1) Title: Sutherland Court / Regency Court and Apsley Court
         Lot Number: 1          
   II.2.2) Additional CPV code(s):       
      85140000 - Miscellaneous health services.          
      85312500 - Rehabilitation services.       
   II.2.3) Place of performance:       
      Region Codes:               
         UKJ4 - Kent
   II.2.4) Description of the procurement:       
      The services are predominately for older people, who may have but not limited to mental health needs (including those with dementia, physical / visual or sensory impairments, learning disabilities, chronically sick, terminally ill and those who have alcohol and drugs issues.

The 6 schemes will be tendered in two Lots and will contain a combination of Council in-house provided services and external provided support services. There will be a total of 271 units across all schemes. All the properties are owned by social landlords.
The Council will be seeking as a minimum 2 experienced providers (1 for each lot) who must be registered with the Care Quality Commission and promote personalisation and choice within the care and support they provide.    
   II.2.6) Estimate value
      Value excluding VAT (give figures only) : 1200000.0 - currency : GBP        
   II.2.7) Duration of the contract, framework agreement                 
      Duration: between 01/12/2016 and 30/11/2021    
   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          
      TUPE may apply to both Council staff and other provider staff that currently work within these services. Providers are asked to note the Pension Statement (attached) issued by the Council in relation to the Local Government Pension Scheme (LGPS) and should complete the PQQ having read and agreed this.

Full tender documentation is accessible via the London Tenders Portal and Applicants should complete only the Stage 1 Selection Documents at this stage. The Invitation to Tender and supporting documents should only be completed once an Applicant has been invited to submit a tender following assessment of the Stage 1 responses. Applicants will be informed if they are being invited or not being invited to submit a tender before the end of June (or as otherwise directed by the Council).    

   II.2) Lot Description - 2    
   II.2.1) Title: Crown Meadow Court, Norton Court and Durham Court
         Lot Number: 2          
   II.2.2) Additional CPV code(s):       
      85140000 - Miscellaneous health services.          
      85312500 - Rehabilitation services.       
   II.2.3) Place of performance:       
      Region Codes:               
         UKJ4 - Kent
   II.2.4) Description of the procurement:       
      The services are predominately for older people, who may have but not limited to mental health needs (including those with dementia, physical / visual or sensory impairments, learning disabilities, chronically sick, terminally ill and those who have alcohol and drugs issues.

The 6 schemes will be tendered in two Lots and will contain a combination of Council in-house provided services and external provided support services. There will be a total of 271 units across all schemes. All the properties are owned by social landlords.

The Council will be seeking as a minimum 2 experienced providers (1 for each lot) who must be registered with the Care Quality Commission and promote personalisation and choice within the care and support they provide.    
   II.2.6) Estimate value
      Value excluding VAT (give figures only) : 1200000.0 - currency : GBP        
   II.2.7) Duration of the contract, framework agreement                 
      Duration: between 24/03/2017 and 23/03/2022    
   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          
      TUPE may apply to both Council staff and other provider staff that currently work within these services. Providers are asked to note the Pension Statement (attached) issued by the Council in relation to the Local Government Pension Scheme (LGPS) and should complete the PQQ having read and agreed this.

Full tender documentation is accessible via the London Tenders Portal and Applicants should complete only the Stage 1 Selection Documents at this stage. The Invitation to Tender and supporting documents should only be completed once an Applicant has been invited to submit a tender following assessment of the Stage 1 responses. Applicants will be informed if they are being invited or not being invited to submit a tender before the end of June (or as otherwise directed by the Council).        
   
Section III: Legal, Economic, Financial And Technical Information

III.1) Conditions for participation
   III.1.4) Objective rules and criteria for participation    
      List and brief description of rules and criteria:
         As described in the Tender Documents            

III.2) Conditions related to the contract
   III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
         Not Provided    
   III.2.2) Contract performance conditions          
      Not Provided           
   III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract    
      
Section IV: Procedure   

IV.1) Description   
   IV.1.1) Type of procedure                    
         Restricted procedure                          
   IV.1.3) Information about a framework agreement or a dynamic purchasing system                
         The procurement involves the establishment of a framework agreement - NO                 
         In the case of framework agreements justification for any duration exceeding 4 years:                
            Not Provided    
   IV.1.6) Information about electronic auction
         An electronic auction will be used - Not Provided          
   IV.1.8) Information about Government Procurement Agreement (GPA )
         The contract is covered by the Government Procurement Agreement (GPA) - Not Provided
IV.2) Administrative information       
   IV.2.1) Previous publication concerning this procedure    
   Notice number in OJEU: Not Provided    
   IV.2.2) Time limit for receipt of expressions of interest          
         Date - 09/06/2016 Local Time -       
   IV.2.4) Languages in which tenders or requests to participate may be submitted:       
         English               

Section VI: Complementary Information       
VI.2) Information about electronic workflows                       
    Electronic invoicing will be accepted                
    Electronic payment will be used    
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).

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 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=201786914
GO-201659-PRO-8181731 TKR-201659-PRO-8181730              
VI.4) Procedures For Appeal
   VI.4.1) Body responsible for appeal procedures:
       Royal Courts of Justice
       The Strand, London, WC2A 2LL, United Kingdom
       Tel. +44 2079476000       
   VI.4.3) Review procedure
      Precise information on deadline(s) for review procedures:                
         Complaints during the procurement process are conducted under the Official Journal for the European Union (OJEU) in line with the Public Contracts Regulations (2015). Our processes are conducted in a fair, open and transparent manner. We are committed to developing constructive relationships with suppliers and are keen to generate maximum competition in all of our procurements to deliver best value and sustainable cost savings for the taxpayer. The outcome of the evaluation process is totally dependent on the competitive strength of the individual bid submissions, regardless of the bidder's size or place on existing / previous arrangements. We are committed to treating all suppliers fairly and all feedback and complaints are given full and fair consideration. If at any stage we believe that a mistake has been made by us, please be assured that we will rectify it to the extent that we can legally do so. In order to complain you must first be registered on the eSourcing tool for the relevant procurement event. All complaints must be raised via the eSourcing tool messaging facility. If you are still unsatisfied at the outcome of a procurement competition and wish to challenge it, then you should issue legal proceedings under Part 3 chapter 6 (Applications to the Court) of the Public Contracts Regulations 2015 and serve them on the Government Legal Department in accordance with the Civil Procedure Rules Part 66 (Crown Proceedings) and its associated Practice Direction. Please note that service by email is subject to prior agreement with the Head of Litigation at the Government Legal Department Solicitor's Department and is not routinely given.       
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
       Royal Courts of Justice
       The Strand, Holborn, London, WC2A 2LL, United Kingdom
       Tel. +44 2079476000       

VI.5) Date Of Dispatch Of This Notice: 09/05/2016






View any Notice Addenda

View Award Notice