London Borough of Bromley has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Older People’s Dementia Respite at Home Service |
Notice type: | Social and Other Specific Services - Public Contracts |
Authority: | London Borough of Bromley |
Nature of contract: | Not applicable |
Procedure: | Open |
Short Description: | |
Published: | 17/10/2016 10:32 |
View Full Notice
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:
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: Older People’s Dementia Respite at Home Service
Reference number: DN214744
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 of Bromley (“the Council”) is inviting tenders for the provision of high quality Respite at Homes Services for people
with dementia, including the young onset dementia, enabling them to remain living at home as members of the community and reducing the need for admission to long-term care. It also offers an alternative care/support for the ‘cared for person’ to enable the carer to have a break from caring.
Background: this is a re-tender: Previous tender was not awarded: the OJEU Notice number for this was 2016/S 103-183994.
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
II.1.5) Estimated total value:
Value excluding VAT (give figures only) : 900,000 - Currency : GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Lot Description
II.2.3) Place of performance:
Region Codes:
UKJ4 - Kent
II.2.4) Description of the procurement:
The Services will endeavour to explore approaches and partnerships to meet the social, religious and cultural needs of people with dementia, promote cognitive abilities for as long as possible, and provide respite to carers in accordance with all relevant legislation.
The service will operate to the following service aims:
•To respond to the needs of all Service Users and their carers including individual cultural and religious needs;
•To provide staff with the skills and methods to work effectively with Service Users;
•To adapt and develop the range of activities and services on offer to meet the needs of the user group;
•To develop links with other agencies, both statutory and non-statutory to the benefit of service users.
The contract will run for a period of 3 years with the option to extend for a period of up to one year followed by a further period of up to one year.
II.2.6) Estimate value
Value excluding VAT (give figures only) : 900000.0 - currency : GBP
II.2.7) Duration of the contract, framework agreement
Duration: between 01/04/2017 and 31/03/2020
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
The Council estimates this procurement opportunity based on best market valuation to be valued at approx. £900,000 (for full contract term – approx. £180k per annum. Please note this is an indicative figure only. To be considered for this opportunity, tenderers must have a minimum yearly turnover of at least £360,000.
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
Open 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: 2016/S 103 - 183994
IV.2.2) Time limit for receipt of expressions of interest
Date - 16/11/2016 Local Time - 12:00
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:
The Council works with the London Boroughs of Bexley, Lewisham, Greenwich, Lambeth, Southwark and Croydon. In addition to the bodies 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 the above mentioned organisations 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=223153974
GO-20161017-PRO-8959735 TKR-20161017-PRO-8959734
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.4.2) Body responsible for mediation procedures:
Royal Courts of Justice
The Strand, Holborn, London, WC2A 2LL, United Kingdom
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: 17/10/2016
View any Notice Addenda
Preliminary Questions
This notice is for Prior information notice: No
This notice is for Contract notice: No
This notice is for Contract award notice: Yes
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: ANNEX A.II
I.2) Joint procurement:
The contract involves joint procurement: No.
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
II.1) Scope of the procurement
II.1.1) Title: Older People’s Dementia Respite at Home Service
Reference number: DN214744
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 of Bromley (“the Council”) is inviting tenders for the provision of high quality Respite at Homes Services for people
with dementia, including the young onset dementia, enabling them to remain living at home as members of the community and reducing the need for admission to long-term care. It also offers an alternative care/support for the ‘cared for person’ to enable the carer to have a break from caring.
Please note that this is an Award Notice and we are not inviting expressions of interest. Stated contract value is indicative only.
II.1.6) Information about lots:
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value : 892,000 Currency : GBP
II.2) Lot Description
II.2.3) Place of performance:
Region Codes:
UKJ4 - Kent
II.2.4) Description of the procurement:
The Services will endeavour to explore approaches and partnerships to meet the social, religious and cultural needs of people with dementia, promote cognitive abilities for as long as possible, and provide respite to carers in accordance with all relevant legislation.
The service will operate to the following service aims:
•To respond to the needs of all Service Users and their carers including individual cultural and religious needs;
•To provide staff with the skills and methods to work effectively with Service Users;
•To adapt and develop the range of activities and services on offer to meet the needs of the user group;
•To develop links with other agencies, both statutory and non-statutory to the benefit of service users.
The contract will run for a period of 3 years with the option to extend for a period of up to one year followed by a further period of up to one year.
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
To be considered for this opportunity, tenderers must have a minimum yearly turnover of at least £360,000.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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 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: 2016/S 203 - 367200
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 : 1
Contract No:
Title:
A contract/lot is awarded: Yes
V.2) Award of contract:
V.2.1) Date of conclusion of the contract: Not Provided
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: Not Provided (SME as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators No
V.2.3) Name and address of the contractor
Name and address of the contractor No. 1
Bromley and Lewisham MIND
5 Station Road, Orpington, BR6 0RZ, United Kingdom
NUTS Code: UKJ4
The contractor is an SME : No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 892,000 - Currency: GBP
V.2.5) Information about subcontracting
Not Provided
Section VI: Complementary Information
VI.3) Additional Information:
Evaluation of the tender was 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. The Council is part of the South East London Procurement Group (comprising the London Boroughs of Bromley, Bexley, Lewisham, Greenwich, Lambeth and Southwark) and in appropriate circumstances and in compliance with any legal and regulatory requirement may offer services through this contract to members of this organisation 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=237798121
GO-201721-PRO-9503770 TKR-201721-PRO-9503769
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.4.2) Body responsible for mediation procedures:
Royal Courts of Justice
The Strand, Holborn, London, WC2A 2LL, United Kingdom
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: 01/02/2017