the royal borough of kingston upon thames has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | JOINT VENTURE PARTNER TO ‘SPIN OUT’ LEARNING DISABILITY SERVICES TO A SOCIAL ENTERPRISE |
Notice type: | Contract Notice |
Authority: | the royal borough of kingston upon thames |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Royal Borough of Kingston upon Thames (the Council) is undertaking an exercise to procure a Joint Venture Partner to ‘Spin Out’ Learning Disability Provider Services and staff (via TUPE transfer) from the Council to a new, or existing, Social Enterprise. The provider services that will transfer to the social enterprise, once established are a combination of registered services (residential and respite), a supported living service and a work activities service providing day opportunities focused on work and meaningful activity (including a woodwork and horticultural project, a community cafe and a sandwich and gardening business), along with transport services. The Council has made a commitment to directly procure the Registered Care and Respite service from the social enterprise, once established, for an initial period of 5 years, with an option to extend for a further five years solely at the Council’s discretion. The orther services (supported living, work activities and transport) will be purchased by people with learning disabilities through their Personal Budget Agreements. If an individual chooses to have their Personal budget in the form of a Managed Service Fund, the Council will micro commission services of the individual's choice on their behalf. Either way, individuals have the choice and control to change how and what they spend their Personal Budget on and so the Council cannot guarantee any income for these services. |
Published: | 13/11/2013 16:48 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
The Royal Borough of Kingston upon Thames
Guildhall, Kingston upon Thames, KT1 1EU, United Kingdom
Tel. +44 2085474719, Email: katie.watson@rbk.kingston.gov.uk, URL: www.kingston.gov.uk
Contact: Katie Watson
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: ANNEX A.III
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: JOINT VENTURE PARTNER TO ‘SPIN OUT’ LEARNING DISABILITY SERVICES TO A SOCIAL ENTERPRISE
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 25
Region Codes: UKI22 - Outer London - South
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Social work and related services. Social work services with accommodation. Social work services without accommodation. Residential nursing care services. Community action programme. Welfare services for the handicapped. The Royal Borough of Kingston upon Thames (the Council) is undertaking an exercise to procure a Joint Venture Partner to ‘Spin Out’ Learning Disability Provider Services and staff (via TUPE transfer) from the Council to a new, or existing, Social Enterprise.
The provider services that will transfer to the social enterprise, once established are a combination of registered services (residential and respite), a supported living service and a work activities service providing day opportunities focused on work and meaningful activity (including a woodwork and horticultural project, a community cafe and a sandwich and gardening business), along with transport services.
The Council has made a commitment to directly procure the Registered Care and Respite service from the social enterprise, once established, for an initial period of 5 years, with an option to extend for a further five years solely at the Council’s discretion.
The orther services (supported living, work activities and transport) will be purchased by people with learning disabilities through their Personal Budget Agreements. If an individual chooses to have their Personal budget in the form of a Managed Service Fund, the Council will micro commission services of the individual's choice on their behalf. Either way, individuals have the choice and control to change how and what they spend their Personal Budget on and so the Council cannot guarantee any income for these services.
II.1.6)Common Procurement Vocabulary:
85300000 - Social work and related services.
85311000 - Social work services with accommodation.
85312000 - Social work services without accommodation.
85144100 - Residential nursing care services.
85322000 - Community action programme.
85311200 - Welfare services for the handicapped.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The residential and respite services include 14 residential care beds for people with profound and complex needs and three beds for planned or emergency respite (at two different venues).
The Supported Living service currently supports 91 service users in the borough.
The current number of sessions attended per week for the horticulture and woodwork project is 59, the maximum number of sessions is 105.
The current number of sessions attended per week for the cafe project is 17, the maximum number of sessions is 20.
The current number of sessions attended per week for the sandwich business is 5, the maximum number of sessions is 30.
The current number of sessions attended per week for the gardening business is 7, the maximum number of sessions is 12.
The service currently provides 325 journeys per week, the maximum number of journeys that could currently be provided would be 440.
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: 1
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 60
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 60 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Council may require the tenderer to provide security for the due performance of the contract. At the Council's option, this security may be provided by means of a performance bond or a guarantee of performance given by the tenderer’s ultimate holding company.
In the case of a performance bond, this must be taken out by the Tenderer at his expense with a bank or insurance company approved by the Council. The amount of the bond has been set at 10% of the total annual contract value.
In the case of a guarantee, the draft deed of guarantee incorporated in the tender documents will be required to be sealed by the ultimate holding company, provided it has already satisfied the Council’s financial criteria.
Examples of the Deed of Guarantee and Form of Bond will be provided in the Invitation to Tender (ITT).
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
For the supported living service, the work activities and the transport services, people with learning disabilities who choose to receive their Personal Budget as a cash payment and will be at liberty to make budget agreements and purchase these services directly from the social enterprise.
Where individuals choose to have their Personal budget in the form of a Managed Service Fund, the Council will micro commission services of the individuals choice on their behalf and a Service Level Agreement will be reached between the Council ( on behalf of the individual) and the social enterprise.
The Council will directly procure the registered care and respite services directly from the social enterprise under a five year block contract. The contract may be extended for a further five year period at the Council's discretion.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
III.2.3)Technical capacity
Technical capacity - means of proof required
Not Provided
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: LDSE2013
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 03/01/2014
Time-limit for receipt of requests for documents or for accessing documents: 12:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 10/01/2014
Time: 15:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in month(s): 6
IV.3.8)Conditions for opening tenders
Date: 13/01/2014
Time: 12:00
Persons authorised to be present at the opening of tenders: No
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: 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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=77945545
GO-20131113-PRO-5262855 TKR-20131113-PRO-5262854
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
The Royal Borough of Kingston upon Thames
room 238, kingston upon thames, KT1 1EU, United Kingdom
Tel. +44 2085475178
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 13/11/2013
ANNEX A
III) Addresses and contact points to which tenders/requests to participate must be sent:
The Royal Borough of Kingston upon Thames
Guildhall, Kingston upon Thames, KT1 3EU, United Kingdom
Tel. +44 2085474000, URL: www.kingston.gov.uk
Attn: The Head of Corporate Governance
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Kingston upon Thames: Social work and related services.
I.1)Name, Addresses and Contact Point(s):
The Royal Borough of Kingston upon Thames
Guildhall, Kingston upon Thames, KT1 1EU, United Kingdom
Tel. +44 2085474719, Email: katie.watson@rbk.kingston.gov.uk, URL: www.kingston.gov.uk
Contact: Katie Watson
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: JOINT VENTURE PARTNER TO ‘SPIN OUT’ LEARNING DISABILITY SERVICES TO A SOCIAL ENTERPRISE
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 25
Do you agree to the publication of this notice?: Yes
Region Codes: UKI22 - Outer London - South
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Social work and related services. Social work services with accommodation. Social work services without accommodation. Residential nursing care services. Community action programme. Welfare services for the handicapped. The Royal Borough of Kingston upon Thames (the Council) is undertaking an exercise to procure a Joint Venture Partner to ‘Spin Out’ Learning Disability Provider Services and staff (via TUPE transfer) from the Council to a new, or existing, Social Enterprise.
The provider services that will transfer to the social enterprise, once established are a combination of registered services (residential and respite), a supported living service and a work activities service providing day opportunities focused on work and meaningful activity (including a woodwork and horticultural project, a community cafe and a sandwich and gardening business), along with transport services.
The Council has made a commitment to directly procure the Registered Care and Respite service from the social enterprise, once established, for an initial period of 5 years, with an option to extend for a further five years solely at the Council’s discretion.
The orther services (supported living, work activities and transport) will be purchased by people with learning disabilities through their Personal Budget Agreements. If an individual chooses to have their Personal budget in the form of a Managed Service Fund, the Council will micro commission services of the individual's choice on their behalf. Either way, individuals have the choice and control to change how and what they spend their Personal Budget on and so the Council cannot guarantee any income for these services.
II.1.5)Common procurement vocabulary:
85300000 - Social work and related services.
85311000 - Social work services with accommodation.
85312000 - Social work services without accommodation.
85144100 - Residential nursing care services.
85322000 - Community action programme.
85311200 - Welfare services for the handicapped.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 5,744,000
Currency: GBP
Excluding VAT: Yes
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Price - 30
Quality - 70
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: LDSE2013
IV.3.2)Previous publication(s) concerning the same contract: No
Section V: Award Of Contract
1: Award And Contract Value
Contract No: LDSE2013
V.1)Date Of Contract Award: 26/02/2014
V.2) Information About Offers
Number Of Offers Received: 1
Number Of Offers Received By Electronic Means: 0
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Pure Innovations Ltd
Postal address: Sanderling Building, Bird Hall Lane, Cheadle Heath
Town: Stockport
Postal code: SK3 0RF
Country: United Kingdom
Email: hello@pureinnovations.co.uk
Telephone: +44 1614745900
Internet address: www.pureinnovations.co.uk
V.4)Information On Value Of Contract
Total final value of the contract
Value: 5,744,000
Currency: GBP
If annual or monthly value:
Number of years: 5
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
2: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Not Provided
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=92044672
GO-2014318-PRO-5536713 TKR-2014318-PRO-5536712
VI.3.1)Body responsible for appeal procedures:
The Royal Borough of Kingston upon Thames
room 238, kingston upon thames, KT1 1EU, United Kingdom
Tel. +44 2085475178
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 18/03/2014