Bip Buyer de-activated users: Discharge to Assess Service In Care Homes

  Bip Buyer de-activated users has published this notice through Delta eSourcing

Notice Summary
Title: Discharge to Assess Service In Care Homes
Notice type: Contract Notice
Authority: Bip Buyer de-activated users
Nature of contract: Services
Procedure: Open
Short Description: Provision of care home placements for individuals who are medically fit for hospital discharge but who still require care and support that can only be provided in a care home. The tender is split into three lots for to provide nursing and residential care home placements for individuals who are referred via the discharge to assess clinical pathways.
Published: 16/10/2017 16:25

View Full Notice

UK-Yate: Health and social work services.
Section I: Contracting Authority
      I.1) Name and addresses
             South Gloucestershire Council
             Council Offices, Badminton Road, Yate, BS37 5AF, United Kingdom
             Tel. +44 1454868134, Email: susan.cooper@southglos.gov.uk
             Contact: Sue Cooper
             Main Address: http://www.southglos.gov.uk, Address of the buyer profile: https://supplyingthesouthwest.org.uk
             NUTS Code: UKK12
      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://supplyingthesouthwest.org.uk
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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: Discharge to Assess Service In Care Homes       
      Reference Number: AM0006
      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 home placements for individuals who are medically fit for hospital discharge but who still require care and support that can only be provided in a care home. The tender is split into three lots for to provide nursing and residential care home placements for individuals who are referred via the discharge to assess clinical pathways.       
      II.1.5) Estimated total value:
      Value excluding VAT: 3,750,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Pathway 2 Nursing Home Beds       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      85000000 - Health and social work services.
      
      II.2.3) Place of performance:
      UKK12 Bath and North East Somerset, North Somerset and South Gloucestershire
      
      II.2.4) Description of procurement: Provision of Nursing Home Beds that will provide rehabilitation/reablement in addition to the normal care home services. Individuals placed in the beds are considered suitable for reablement to enable them to return to their own home. Full details in tender documentation
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 45
                        
            Cost criterion - Name: Price / Weighting: 55
                              
      II.2.6) Estimated value:
      Value excluding VAT: 2,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract is for 24 months with the option to extend for a further 12 months
      
      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       
II.2) Description Lot No. 2
      
      II.2.1) Title: Pathway 3 Nursing Home Beds       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      85000000 - Health and social work services.
      
      II.2.3) Place of performance:
      UKK12 Bath and North East Somerset, North Somerset and South Gloucestershire
      
      II.2.4) Description of procurement: Provision of Nursing Home Beds that will provide rehabilitation/reablement in addition to the normal care home services. Individuals placed in the beds will require additional assessments in a care home setting to establish future reablement potential and the type of reablement/rehabilitation services that are most appropriate and which may enable them to return to their own home. Full details in tender documentation
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 45
                        
            Cost criterion - Name: Price / Weighting: 55
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract is for 24 months with the option to extend for a further 12 months
      
      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       
II.2) Description Lot No. 3
      
      II.2.1) Title: Pathway 3 Residential Care Home Placements       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      85000000 - Health and social work services.
      
      II.2.3) Place of performance:
      UKK12 Bath and North East Somerset, North Somerset and South Gloucestershire
      
      II.2.4) Description of procurement: Provision of Residential Care Home Beds that will provide rehabilitation/reablement in addition to the normal care home services. Individuals placed in the beds will require additional assessments in a care home setting to establish future reablement potential and the type of reablement/rehabilitation services that are most appropriate and which may enable them to return to their own home. Full details in tender documentation
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 45
                        
            Cost criterion - Name: Price / Weighting: 55
                              
      II.2.6) Estimated value:
      Value excluding VAT: 750,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract is for 24 months with the option to extend for a further 12 months
      
      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:          
      Homes must be registered with The Care Quality Commission (CQC) and have been rated Good or Outstanding at the last inspection (even if unpublished at the close of the tender) The Manager of the Home must be registered with CQC or have applied for registration at the time of the close of tender.    
      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: No

Section IV: Procedure
   IV.1) Description OPEN
      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    
         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: No       
   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: 20/11/2017 Time: 12:00
            
      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:
         Until: 20/01/2018
      
      IV.2.7) Conditions for opening of tenders:
         Date: 20/11/2017
         Time: 12:00
         Place:
         Council Offices
      

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 No       
   Electronic payment will be used 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=283443790
   VI.4) Procedures for review
   VI.4.1) Review body:
             N/A
       Bristol, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             N/A
          Bristol, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Where necessary in order to comply with the Public Contracts Regulations 2015 this authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Such additional information should be requested from the addressee found in 1.1. If an appeal regarding the award of a contract has not been successfully resolved the (for Public Sector) Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 30 days beginning with the date when the tenderer first knew or ought to have known that the grounds for starting the proceedings had arisen). Where a contract has not been entered into the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages. Following the 10 day standstill period, if no further debriefing has been requested, the court may only award damages once the contract has been entered into.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          N/A
       Bristol, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 16/10/2017

Annex A


View any Notice Addenda

View Award Notice