London Borough Of Bexley has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Provision of Care at Home and Reablement Services |
Notice type: | Contract Notice |
Authority: | London Borough Of Bexley |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Service 1 – Provision of Care at Home services Service 2 – Provision of Reablement services |
Published: | 20/04/2021 15:19 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
London Borough Of Bexley
LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, BEXLEYHEATH, DA6 7AT, United Kingdom
Tel. +44 2030455300, Email: procurement@bexley.gov.uk
Contact: PROCUREMENT SUPPORT TEAM
Main Address: https://www.bexley.gov.uk/, Address of the buyer profile: WWW.BEXLEY.GOV.UK
NUTS Code: UKI51
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://procontract.due-north.com/Home/About)
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: https://procontract.due-north.com/Home/About
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 at Home and Reablement Services
Reference Number: 5294
II.1.2) Main CPV Code:
85000000 - Health and social work services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Service 1 – Provision of Care at Home services
Service 2 – Provision of Reablement services
II.1.5) Estimated total value:
Value excluding VAT: 97,375,000
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: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Suppliers are free to bid for any number of Lots however suppliers will ONLY be awarded a maximum of one Lot from Service 1 - Homecare and one Lot from Service 2 – Reablement.
Suppliers are requested to indicate their preferential order of application in Section 3 of the Supplier Questionnaire document.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Provision of Care at Home and Reablement Services
Lot No: Service 1 – Provision of Care at Home services - Lot 1 - Clocktower
II.2.2) Additional CPV codes:
85000000 - Health and social work services.
II.2.3) Place of performance:
UKI51 Bexley and Greenwich
II.2.4) Description of procurement: The Council currently commissions care at home with 42 domiciliary care agencies, registered with the CQC for approximately 1300 clients requiring short and long-term personal care services in their own homes.
The Council is seeking responses from suppliers for the following services.
Delivery of a Care at Home service that will provide a proactive/dynamic personalised care within the individual’s home. This will address the person’s social-care related quality of life as well as their wider wellbeing in line with their assessed needs and individual outcomes.
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: 29,400,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 03/01/2022 / End: 01/01/2027
This contract is subject to renewal: Yes
Description of renewals: 5 - year contract from the contract start date 3rd January 2022 with the ability to extend for a further period or periods of up to 24 months
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
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: Suppliers are free to bid for any number of Lots however suppliers will ONLY be awarded a maximum of one Lot from Service 1 - Homecare and one Lot from Service 2 – Reablement.
Suppliers are requested to indicate their preferential order of application in Section 3 of the Supplier Questionnaire document.
II.2) Description Lot No. 2
II.2.1) Title: Provision of Care at Home and Reablement Services
Lot No: Service 1 – Provision of Care at Home services - Lot 2 - Frognal
II.2.2) Additional CPV codes:
85000000 - Health and social work services.
II.2.3) Place of performance:
UKI51 Bexley and Greenwich
II.2.4) Description of procurement: The Council currently commissions care at home with 42 domiciliary care agencies, registered with the CQC for approximately 1300 clients requiring short and long-term personal care services in their own homes.
The Council is seeking responses from suppliers for the following services.
Service 1 – Provision of Care at Home services
Delivery of a Care at Home service that will provide a proactive/dynamic personalised care within the individual’s home. This will address the person’s social-care related quality of life as well as their wider wellbeing in line with their assessed needs and individual outcomes.
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: 24,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 03/01/2022 / End: 01/01/2027
This contract is subject to renewal: Yes
Description of renewals: 5 - year contract from the contract start date 3rd January 2022 with the ability to extend for a further period or periods of up to 24 months
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
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: Suppliers are free to bid for any number of Lots however suppliers will ONLY be awarded a maximum of one Lot from Service 1 - Homecare and one Lot from Service 2 – Reablement.
Suppliers are requested to indicate their preferential order of application in Section 3 of the Supplier Questionnaire document.
II.2) Description Lot No. 3
II.2.1) Title: Provision of Care at Home and Reablement Services
Lot No: Service 1 – Provision of Care at Home services - Lot 3 - North Bexley
II.2.2) Additional CPV codes:
85000000 - Health and social work services.
II.2.3) Place of performance:
UKI51 Bexley and Greenwich
II.2.4) Description of procurement: The Council currently commissions care at home with 42 domiciliary care agencies, registered with the CQC for approximately 1300 clients requiring short and long-term personal care services in their own homes.
The Council is seeking responses from suppliers for the following services.
Service 1 – Provision of Care at Home services
Delivery of a Care at Home service that will provide a proactive/dynamic personalised care within the individual’s home. This will address the person’s social-care related quality of life as well as their wider wellbeing in line with their assessed needs and individual outcomes.
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: 35,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 03/01/2022 / End: 01/01/2027
This contract is subject to renewal: Yes
Description of renewals: 5 - year contract from the contract start date 3rd January 2022 with the ability to extend for a further period or periods of up to 24 months
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
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: Suppliers are free to bid for any number of Lots however suppliers will ONLY be awarded a maximum of one Lot from Service 1 - Homecare and one Lot from Service 2 – Reablement.
Suppliers are requested to indicate their preferential order of application in Section 3 of the Supplier Questionnaire document.
II.2) Description Lot No. 4
II.2.1) Title: Provision of Care at Home and Reablement Services
Lot No: Service 2 – Provision of Reablement services - Lot 4 - Clocktower
II.2.2) Additional CPV codes:
85100000 - Health services.
II.2.3) Place of performance:
UKI51 Bexley and Greenwich
II.2.4) Description of procurement: Service 2 – Provision of Reablement services
Delivery of a reablement service that will enable individuals to be discharged from hospital in a timely manner and to remain at home. The support will be focused on building confidence and ability to increase and/or maintain independence
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: 2,825,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 03/01/2022 / End: 02/01/2025
This contract is subject to renewal: Yes
Description of renewals: 3- year contract from the contract start date 3rd January 2022 with the ability to extend for a further period or periods of up to 24 months
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
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: Suppliers are free to bid for any number of Lots however suppliers will ONLY be awarded a maximum of one Lot from Service 1 - Homecare and one Lot from Service 2 – Reablement.
Suppliers are requested to indicate their preferential order of application in Section 3 of the Supplier Questionnaire document.
II.2) Description Lot No. 5
II.2.1) Title: Provision of Care at Home and Reablement Services
Lot No: Service 2 – Provision of Reablement services - Lot 5 - Frognal
II.2.2) Additional CPV codes:
85100000 - Health services.
II.2.3) Place of performance:
UKI51 Bexley and Greenwich
II.2.4) Description of procurement: Service 2 – Provision of Reablement services
Delivery of a reablement service that will enable individuals to be discharged from hospital in a timely manner and to remain at home. The support will be focussed on building confidence and ability to increase and/or maintain independence.
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: 2,825,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 03/01/2022 / End: 02/01/2025
This contract is subject to renewal: Yes
Description of renewals: 3- year contract from the contract start date 3rd January 2022 with the ability to extend for a further period or periods of up to 24 months
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
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: Suppliers are free to bid for any number of Lots however suppliers will ONLY be awarded a maximum of one Lot from Service 1 - Homecare and one Lot from Service 2 – Reablement.
Suppliers are requested to indicate their preferential order of application in Section 3 of the Supplier Questionnaire document.
II.2) Description Lot No. 6
II.2.1) Title: Provision of Care at Home and Reablement Services
Lot No: Service 2 – Provision of Reablement services - Lot 6 - North Bexley
II.2.2) Additional CPV codes:
85100000 - Health services.
II.2.3) Place of performance:
UKI51 Bexley and Greenwich
II.2.4) Description of procurement: Service 2 – Provision of Reablement services
Delivery of a reablement service that will enable individuals to be discharged from hospital in a timely manner and to remain at home. The support will be focussed on building confidence and ability to increase and/or maintain independence.
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: 2,825,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 03/01/2022 / End: 02/01/2025
This contract is subject to renewal: Yes
Description of renewals: 3- year contract from the contract start date 3rd January 2022 with the ability to extend for a further period or periods of up to 24 months
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
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: Suppliers are free to bid for any number of Lots however suppliers will ONLY be awarded a maximum of one Lot from Service 1 - Homecare and one Lot from Service 2 – Reablement.
Suppliers are requested to indicate their preferential order of application in Section 3 of the Supplier Questionnaire document
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: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
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: 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: 27/05/2021 Time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 29/05/2021
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 No
Electronic payment will be used No
VI.3) Additional Information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=587439350
VI.4) Procedures for review
VI.4.1) Review body:
London Borough Of Bexley
LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, KENT, BEXLEYHEATH, DA6 7AT, United Kingdom
Tel. +44 2030455124, Fax. +44 2082946385
VI.4.2) Body responsible for mediation procedures:
London Borough Of Bexley
CIVIC OFFICES, WATLING STREET, BEXLEYHEATH, DA6 7AT, United Kingdom
Email: PROCUREMENT@BEXLEY.GOV.UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
London Borough Of Bexley
LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, KENT, BEXLEYHEATH, DA6 7LB, United Kingdom
Tel. +44 2030455123, Fax. +44 2082946835, Email: PROCUREMENT@BEXLEY.GOV.UK
VI.5) Date Of Dispatch Of This Notice: 20/04/2021
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
London Borough Of Bexley
LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, BEXLEYHEATH, DA6 7AT, United Kingdom
Tel. +44 2030455300, Email: procurement@bexley.gov.uk
Contact: PROCUREMENT SUPPORT TEAM
Main Address: https://www.bexley.gov.uk/, Address of the buyer profile: WWW.BEXLEY.GOV.UK
NUTS Code: UKI51
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: Provision of Care at Home and Reablement Services
Reference number: 5294
II.1.2) Main CPV code:
85000000 - Health and social work services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Service 1 – Provision of Care at Home services
Service 2 – Provision of Reablement services
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 97,375,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Provision of Care at Home and Reablement Services
Lot No:Service 1 – Provision of Care at Home services - Lot 1 - Clocktower
II.2.2) Additional CPV code(s):
85000000 - Health and social work services.
II.2.3) Place of performance
Nuts code:
UKI51 - Bexley and Greenwich
Main site or place of performance:
Bexley and Greenwich
II.2.4) Description of the procurement: The Council currently commissions care at home with 42 domiciliary care agencies, registered with the CQC for approximately 1300 clients requiring short and long-term personal care services in their own homes.
The Council is seeking responses from suppliers for the following services.
Delivery of a Care at Home service that will provide a proactive/dynamic personalised care within the individual’s home. This will address the person’s social-care related quality of life as well as their wider wellbeing in line with their assessed needs and individual outcomes.
II.2.5) Award criteria:
Not Provided
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: Suppliers are free to bid for any number of Lots however suppliers will ONLY be awarded a maximum of one Lot from Service 1 - Homecare and one Lot from Service 2 – Reablement.
Suppliers are requested to indicate their preferential order of application in Section 3 of the Supplier Questionnaire document.
II.2) Description (lot no. 2)
II.2.1) Title:Provision of Care at Home and Reablement Services
Lot No:Service 1 – Provision of Care at Home services - Lot 2 - Frognal
II.2.2) Additional CPV code(s):
85000000 - Health and social work services.
II.2.3) Place of performance
Nuts code:
UKI51 - Bexley and Greenwich
Main site or place of performance:
Bexley and Greenwich
II.2.4) Description of the procurement: The Council currently commissions care at home with 42 domiciliary care agencies, registered with the CQC for approximately 1300 clients requiring short and long-term personal care services in their own homes.
The Council is seeking responses from suppliers for the following services.
Service 1 – Provision of Care at Home services
Delivery of a Care at Home service that will provide a proactive/dynamic personalised care within the individual’s home. This will address the person’s social-care related quality of life as well as their wider wellbeing in line with their assessed needs and individual outcomes.
II.2.5) Award criteria:
Not Provided
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: Suppliers are free to bid for any number of Lots however suppliers will ONLY be awarded a maximum of one Lot from Service 1 - Homecare and one Lot from Service 2 – Reablement.
Suppliers are requested to indicate their preferential order of application in Section 3 of the Supplier Questionnaire document.
II.2) Description (lot no. 3)
II.2.1) Title:Provision of Care at Home and Reablement Services
Lot No:Service 1 – Provision of Care at Home services - Lot 3 - North Bexley
II.2.2) Additional CPV code(s):
85000000 - Health and social work services.
II.2.3) Place of performance
Nuts code:
UKI51 - Bexley and Greenwich
Main site or place of performance:
Bexley and Greenwich
II.2.4) Description of the procurement: The Council currently commissions care at home with 42 domiciliary care agencies, registered with the CQC for approximately 1300 clients requiring short and long-term personal care services in their own homes.
The Council is seeking responses from suppliers for the following services.
Service 1 – Provision of Care at Home services
Delivery of a Care at Home service that will provide a proactive/dynamic personalised care within the individual’s home. This will address the person’s social-care related quality of life as well as their wider wellbeing in line with their assessed needs and individual outcomes.
II.2.5) Award criteria:
Not Provided
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: Suppliers are free to bid for any number of Lots however suppliers will ONLY be awarded a maximum of one Lot from Service 1 - Homecare and one Lot from Service 2 – Reablement.
Suppliers are requested to indicate their preferential order of application in Section 3 of the Supplier Questionnaire document.
II.2) Description (lot no. 4)
II.2.1) Title:Provision of Care at Home and Reablement Services
Lot No:Service 2 – Provision of Reablement services - Lot 4 - Clocktower
II.2.2) Additional CPV code(s):
85100000 - Health services.
II.2.3) Place of performance
Nuts code:
UKI51 - Bexley and Greenwich
Main site or place of performance:
Bexley and Greenwich
II.2.4) Description of the procurement: Service 2 – Provision of Reablement services
Delivery of a reablement service that will enable individuals to be discharged from hospital in a timely manner and to remain at home. The support will be focused on building confidence and ability to increase and/or maintain independence
II.2.5) Award criteria:
Not Provided
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: Suppliers are free to bid for any number of Lots however suppliers will ONLY be awarded a maximum of one Lot from Service 1 - Homecare and one Lot from Service 2 – Reablement.
Suppliers are requested to indicate their preferential order of application in Section 3 of the Supplier Questionnaire document.
II.2) Description (lot no. 5)
II.2.1) Title:Provision of Care at Home and Reablement Services
Lot No:Service 2 – Provision of Reablement services - Lot 5 - Frognal
II.2.2) Additional CPV code(s):
85100000 - Health services.
II.2.3) Place of performance
Nuts code:
UKI51 - Bexley and Greenwich
Main site or place of performance:
Bexley and Greenwich
II.2.4) Description of the procurement: Service 2 – Provision of Reablement services
Delivery of a reablement service that will enable individuals to be discharged from hospital in a timely manner and to remain at home. The support will be focussed on building confidence and ability to increase and/or maintain independence.
II.2.5) Award criteria:
Not Provided
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: Suppliers are free to bid for any number of Lots however suppliers will ONLY be awarded a maximum of one Lot from Service 1 - Homecare and one Lot from Service 2 – Reablement.
Suppliers are requested to indicate their preferential order of application in Section 3 of the Supplier Questionnaire document.
II.2) Description (lot no. 6)
II.2.1) Title:Provision of Care at Home and Reablement Services
Lot No:Service 2 – Provision of Reablement services - Lot 6 - North Bexley
II.2.2) Additional CPV code(s):
85100000 - Health services.
II.2.3) Place of performance
Nuts code:
UKI51 - Bexley and Greenwich
Main site or place of performance:
Bexley and Greenwich
II.2.4) Description of the procurement: Service 2 – Provision of Reablement services
Delivery of a reablement service that will enable individuals to be discharged from hospital in a timely manner and to remain at home. The support will be focussed on building confidence and ability to increase and/or maintain independence.
II.2.5) Award criteria:
Not Provided
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: Suppliers are free to bid for any number of Lots however suppliers will ONLY be awarded a maximum of one Lot from Service 1 - Homecare and one Lot from Service 2 – Reablement.
Suppliers are requested to indicate their preferential order of application in Section 3 of the Supplier Questionnaire document
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2021/S 000-008382
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: 5294
Lot Number: 1
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/01/2022
V.2.2) Information about tenders
Number of tenders received: 5
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Hartwig, 03872270
5 Ella Mews, Kent, NW3 2NH, United Kingdom
NUTS Code: UKI51
The contractor is an SME: Yes
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: 4,200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 2
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/01/2022
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Bexley Care Consortium, 13424081
10 Bellgrove Road, Welling, DA16 3PR, United Kingdom
NUTS Code: UKI51
The contractor is an SME: Yes
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: 3,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: 3
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/01/2022
V.2.2) Information about tenders
Number of tenders received: 5
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Unique Personnel, 04218958
256 Brixton Hill, London, SW2 1HF, United Kingdom
NUTS Code: UKI51
The contractor is an SME: Yes
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: 5,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: Not Provided
Lot Number: 4
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/01/2022
V.2.2) Information about tenders
Number of tenders received: 5
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Bluebird Care, 06654723
10 Bellgrove road, Kent, United Kingdom
NUTS Code: UKI51
The contractor is an SME: Yes
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: 565,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: Not Provided
Lot Number: 5
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/01/2022
V.2.2) Information about tenders
Number of tenders received: 6
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Bromley Healthcare, 06815987
1 Knoll Rise, Kent, BR6 0JA, United Kingdom
NUTS Code: UKI51
The contractor is an SME: Yes
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: 565,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.6)
Contract No: Not Provided
Lot Number: 6
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/01/2022
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Eleanor, 11479009
404 Lewisham High Street, London, United Kingdom
NUTS Code: UKI51
The contractor is an SME: Yes
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: 565,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=678151135
VI.4) Procedures for review
VI.4.1) Review body
London Borough Of Bexley
LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, KENT, BEXLEYHEATH, DA6 7AT, United Kingdom
Tel. +44 2030455124, Fax. +44 2082946385
VI.4.2) Body responsible for mediation procedures
London Borough Of Bexley
CIVIC OFFICES, WATLING STREET, BEXLEYHEATH, DA6 7AT, United Kingdom
Email: PROCUREMENT@BEXLEY.GOV.UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
London Borough Of Bexley
LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, KENT, BEXLEYHEATH, DA6 7LB, United Kingdom
Tel. +44 2030455123, Fax. +44 2082946835, Email: PROCUREMENT@BEXLEY.GOV.UK
VI.5) Date of dispatch of this notice: 23/03/2022