London Borough of Bromley has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Supported Living Services: 4 Schemes |
Notice type: | Contract Notice |
Authority: | London Borough of Bromley |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The London Borough of Bromley (“the Council”) is inviting tenders for the provision of care and support services for a total of 16 people with learning disabilities who may also have autism, challenging behaviour, mental health and / or complex health needs, within 4 existing supported living schemes situated in the London Borough of Bromley. The service will be tendered using the restricted procedure in accordance with the requirements of the Public Contract Regulations 2015. 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 at www.londontenders.org. Providers must register their interest through ProContract no later than 12.00 on 17th November 2016 and submit completed Stage 1 documentation by 12.00 on 22nd November 2016. |
Published: | 24/10/2016 11:54 |
View Full Notice
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
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.londontenders.org
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.londontenders.org to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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: Supported Living Services: 4 Schemes
Reference Number: DN215127
II.1.2) Main CPV Code:
85000000 - Health and social work services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The London Borough of Bromley (“the Council”) is inviting tenders for the provision of care and support services for a total of 16 people with learning disabilities who may also have autism, challenging behaviour, mental health and / or complex health needs, within 4 existing supported living schemes situated in the London Borough of Bromley. The service will be tendered using the restricted procedure in accordance with the requirements of the Public Contract Regulations 2015.
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 at www.londontenders.org. Providers must register their interest through ProContract no later than 12.00 on 17th November 2016 and submit completed Stage 1 documentation by 12.00 on 22nd November 2016.
II.1.5) Estimated total value:
Value excluding VAT: 5,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKJ4 Kent
II.2.4) Description of procurement: 2 of the services are provided within a group supported living model with the remaining 2 being self-contained flats. The age and ability of the clients vary; a pen portrait of each client will be included with the main tender documentation.
All the clients have their own tenancy agreements with a Registered Social Landlord. The landlord function will be separate from that of the care and support provision. The Services are currently provided by 3 different care and support providers.
The contract will run for a period of 3 years with the option to extend for a further period of up to but not exceeding 2 years. A combined total of all 4 schemes is valued between £986,000 and £1,000,000 per annum. Please note this is an indicative figure only.
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 by early December 2016 (or as otherwise directed by the Council).
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 5,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/07/2017 / End: 30/06/2020
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
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: Yes
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Restricted Acclerated
Justification for the choice of accelerated procedure: 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.
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - 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: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 22/11/2016 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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 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=223809657
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, T, 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: 24/10/2016
Annex A
View any Notice Addenda
View Award Notice
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
Main Address: http://www.bromley.gov.uk
NUTS Code: UKJ4
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: Supported Living Services: 4 Schemes
Reference number: DN215127
II.1.2) Main CPV code:
85000000 - Health and social work services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Provision of care and support services for a total of 16 people with learning disabilities who may also have autism, challenging behaviour, mental health and / or complex health needs, within 4 existing supported living schemes situated in the London Borough of Bromley.
2 of the services are provided within a group supported living model with the remaining 2 being self-contained flats. The age and ability of the clients vary; a pen portrait of each client will be included with the main tender documentation.
All the clients have their own tenancy agreements with a Registered Social Landlord. The landlord function will be separate from that of the care and support provision. The Services are currently provided by 3 different care and support providers.
Please note that this is an Award Notice and we are not inviting expressions of interest.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 4,820,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKJ4 - Kent
Main site or place of performance:
Kent
II.2.4) Description of the procurement: 2 of the services are provided within a group supported living model with the remaining 2 being self-contained flats. The age and ability of the clients vary; a pen portrait of each client will be included with the main tender documentation.
All the clients have their own tenancy agreements with a Registered Social Landlord. The landlord function will be separate from that of the care and support provision. The Services are currently provided by 3 different care and support providers.
II.2.5) Award criteria:
Cost criterion - Name: Price / Weighting: 60
Cost criterion - Name: Financial Resources & Contract Affordability / Weighting: 2
Cost criterion - Name: Implementation / Weighting: 8
Cost criterion - Name: Recruitment, Training & Workforce Development / Weighting: 8
Cost criterion - Name: Quality Assurance / Weighting: 8
Cost criterion - Name: Achieving Outcomes / Weighting: 8
Cost criterion - Name: Community & Family Engagement / Weighting: 6
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: Restricted Accelerated
Justification for the choice of accelerated procedure: 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.
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: 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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2016/S 209-378359
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: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/03/2017
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
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: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Care Management Group
The Care House, Randalls Way, Leatherhead, KT22 7TW, United Kingdom
NUTS Code: UKJ23
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: 4,820,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
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=251057947
VI.4) Procedures for review
VI.4.1) Review body
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 review procedure 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: 11/04/2017