London Borough of Bromley: Adult Social Care Services

  London Borough of Bromley has published this notice through Delta eSourcing

Notice Summary
Title: Adult Social Care Services
Notice type: Contract Notice
Authority: London Borough of Bromley
Nature of contract: Services
Procedure: Competitive Dialogue
Short Description: The Council wishes to invite expressions of interest from providers who can evidence experience, quality and innovation in the provision and delivery of Adult Social Care Services. Providers are required to complete a Pre-Qualification Questionnaire (PQQ) and will need to demonstrate their ability to deliver care and support hours across these different care settings in a joined up and flexible way to achieve the Council’s outcomes for supporting independence by moving away from a reliance on bed-based care in a traditional residential setting towards more diverse and person-centred community-based service. The service will be split into two lots as follows: Lot 1 - Older People Services (Community Alarm and Response Services, Extra Care Housing Services & Reablement Services) Lot 2 - Learning Disability Services (Respite, Supported living & Day Opportunities) The tender opportunity will be run through the London Tenders Procurement Portal and you will need to register your company with the portal as soon as possible (if you have not already done so) at www.londontenders.org to ensure that you are able to express your interest in this tender and receive the relevant documents once they are available online. Following evaluation of the PQQs a restricted number of providers will be invited to participate in a procedure based around a competitive dialogue procurement tender process providing an opportunity to work with the Council to champion new models for delivering these services in order to produce more cost effective outcome focused services for its residents. For providers invited to participate, this will initially entail an Invitation to Submit Outline Solutions (ISOS), after the assessment of which a reduced number of providers will be invited to Subit Detailed Proposals (ISDP). Following the subsequent dialogue, final tenders will be invited to establish preferred bidder(s). A more detailed anticipated timetable for the procedure can be found within the PQQ. The contract is likey to commence early 2015 or at such date to be determined by the Council. Possible options for letting the contract may include: a) One lead provider to deliver all the necessary care and support hours required across all these care settings for Older People and Learning Disabilities Services. b) Two lead providers split by client group with one for the Older Peoples Services and one for Learning Disabilities Services. c) Two lead providers for each client group if capacity is an issue or if there are risk management issues identified in the final specification from awarding the contract to just one provider.
Published: 18/11/2013 14:30

View Full Notice

UK-Bromley: Social work and related services.

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: alicia.munday@bromley.gov.uk, URL: www.bromley.gov.uk
      Attn: Alicia Munday
      Electronic Access URL: www.londontenders.org
      Electronic Submission URL: www.londontenders.org

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services
      Social protection

   I.4) Contract award on behalf of other contracting authorities:
      Not Provided

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Adult Social Care Services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 25

         Region Codes: UKJ4 - Kent         
      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. Health and social work services. The Council wishes to invite expressions of interest from providers who can evidence experience, quality and innovation in the provision and delivery of Adult Social Care Services. Providers are required to complete a Pre-Qualification Questionnaire (PQQ) and will need to demonstrate their ability to deliver care and support hours across these different care settings in a joined up and flexible way to achieve the Council’s outcomes for supporting independence by moving away from a reliance on bed-based care in a traditional residential setting towards more diverse and person-centred community-based service.

The service will be split into two lots as follows:

Lot 1 - Older People Services (Community Alarm and Response Services, Extra Care Housing Services & Reablement Services)
Lot 2 - Learning Disability Services (Respite, Supported living & Day Opportunities)

The tender opportunity will be run through the London Tenders Procurement Portal and you will need to register your company with the portal as soon as possible (if you have not already done so) at www.londontenders.org to ensure that you are able to express your interest in this tender and receive the relevant documents once they are available online.

Following evaluation of the PQQs a restricted number of providers will be invited to participate in a procedure based around a competitive dialogue procurement tender process providing an opportunity to work with the Council to champion new models for delivering these services in order to produce more cost effective outcome focused services for its residents. For providers invited to participate, this will initially entail an Invitation to Submit Outline Solutions (ISOS), after the assessment of which a reduced number of providers will be invited to Subit Detailed Proposals (ISDP). Following the subsequent dialogue, final tenders will be invited to establish preferred bidder(s). A more detailed anticipated timetable for the procedure can be found within the PQQ. The contract is likey to commence early 2015 or at such date to be determined by the Council.

Possible options for letting the contract may include:

a) One lead provider to deliver all the necessary care and support hours required across all these care settings for Older People and Learning Disabilities Services.

b) Two lead providers split by client group with one for the Older Peoples Services and one for Learning Disabilities Services.

c) Two lead providers for each client group if capacity is an issue or if there are risk management issues identified in the final specification from awarding the contract to just one provider.
         
      II.1.6)Common Procurement Vocabulary:
         85300000 - Social work and related services.
         
         85310000 - Social work services.
         
         85000000 - Health and social work services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: Yes          
         If yes, tenders should be submitted for: One or more lots

      II.1.9)Information about variants:
         Variants will be accepted: Not Provided   
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Annual spend across all lots is likely to be in the region of £6.6m. Please note that this figure is indicative only and the Council does not guarantee a similar level of spend in the future.

The contract will be for an initial period of five years with the option to extend for a further period of up to two years at the Council's discretion and subject to satisfactory performance by the provider(s).      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
      Not Provided
   Information About Lots
            
      Lot No: 1
      Title: Older People Services

      1)Short Description:      
      To include:

a)   Community Alarm and Response Services
b)   Extra Care Housing Services
c)   Reablement Services

      2)Common Procurement Vocabulary:
         85300000 - Social work and related services.
                  85310000 - Social work services.
                  85000000 - Health and social work services.
         
      3)Quantity Or Scope:      
      Approximate annual spend as follows:

a)   Community Alarm and Response Services - £525,500
b)   Extra Care Housing Services - £1,038,877
c)   Reablement Services - £567,980

Please note that these figures are indicative only and the Council does not guarantee a similar level of spend in the future.               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 2
      Title: Learning Disability Services

      1)Short Description:      
      To include:

a)   Respite
b)   Supported living
c)   Day Opportunities

      2)Common Procurement Vocabulary:
         85300000 - Social work and related services.
                  85310000 - Social work services.
                  85000000 - Health and social work services.
         
      3)Quantity Or Scope:      
      Approximate annual spend as follows:

a)   Respite - £709,310
b)   Supported living - £1,673,820
c)   Day Opportunities - £2,169,410
Please note that these figures are indicative only and the Council does not guarantee a similar level of spend in the future.               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
                  
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Deposit or Parent Company Guarantee may be required.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Joint and several liability.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   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         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
      
      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: Not Provided      
      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: Yes
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Competitive Dialogue
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                Not Provided
      
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes    
   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: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: Not Provided
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 23/12/2013
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   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: This Contract Notice has been placed on OJEU on a voluntary basis and relates to Part B services of the Public Contracts Regulations 2006 (“the Regulations” as amended) accordingly, the Regulations only apply in part and where necessary. The London Borough of Bromley does not bind itself to abide by any other part of the Regulations which does not expressly apply to procurements for Part B services. The Council will ensure that all applicants are treated fairly, and that there is transparency at each stage of the procurement and tendering process.

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).

The Council works closely with a number of its surrounding local authorities on procurement activity and is a member of the South East London Procurement Group (comprising of the London Boroughs of Bromley, Bexley, Lewisham, Greenwich, Lambeth and Southwark). In addition to the partner organisation identified above, in appropriate circumstances and in compliance with any legal and regulatory requirement, the opportunity for services to be provided through this contract may also be offered to members of this organisation and who may have similar usage volumes.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=79868695
GO-20131118-PRO-5273053 TKR-20131118-PRO-5273052
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      London Borough of Bromley
      Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
      Email: mark.bowen@bromley.gov.uk

      Body responsible for mediation procedures:
               DRS-CIArb on behalf of the Chartered Institute of Arbitrators
         12 Bloomsbury Square, London, WC1A 2LP, United Kingdom
         Tel. +44 8452707055, Email: padre@bipsolutions.com, URL: http://www.bipsolutions.com/

      VI.4.2)Lodging of appeals: The Remedies Directive and 'Alcatel' mandatory standstill period provide clear and effective procedures for seeking redress in cases where bidders consider contracts have been unfairly awarded. Appeals against the award must be made within a period of 10 days (if contractors have been notified electronically) of the award of contract to the address shown in VI.4.1. Requests for additional de-briefing within the standstill period must be made in writing (which includes fax and email) to the same address. Any such request must be received by the contracting authority no later than midnight of the second day of the standstill period.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            London Borough of Bromley
      Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
      Tel. +44 2083134639

   VI.5) Date Of Dispatch Of This Notice: 18/11/2013

ANNEX A

View any Notice Addenda

View Award Notice

UK-Bromley: Social work and related services.

Section I: Contracting Authority
   Title: UK-Bromley: Social work and related services.
   I.1)Name, Addresses and Contact Point(s):
      London Borough of Bromley
      Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
      Email: alicia.munday@bromley.gov.uk, URL: www.bromley.gov.uk
      Attn: Alicia Munday

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services
      Social protection

   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: Adult Social Care Services      
      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: UKJ4 - Kent         
      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. Health and social work services. The Service will deliver strategic management, co-ordination and Service User support across a range of Services including day opportunities, respite/short breaks and supported living services. This will include supporting Carers and families where appropriate.

The tender was undertaken using a Competitive Dialogue process. Full description can be found in Contract Notice 2013/S 225-392112. The original notice was tendered under two lots, however under the terms as set out in the Tender Documents the Council has decided not to pursue Lot 1.

Please note that this is an Award Notice and we are not inviting expressions of interest.
      II.1.5)Common procurement vocabulary:
         85300000 - Social work and related services.
         85310000 - Social work services.
         85000000 - Health and social work services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 18,466,000
         Currency: GBP

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Competitive Dialogue
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Price - 60
         Proposed Solution - 24
         Quality Monitoring Strategies - 8
         Promoting Independence - 6
         Mobilisation Plan - 2
         
      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: Not Provided          
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2013/S 225 - 392112 of 20/11/2013
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided
      Lot Number: 2
      Title: Learning Disability Services

      V.1)Date Of Contract Award: 31/07/2015      
      V.2) Information About Offers
         Number Of Offers Received: 1          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Certitude (Southside Partnership)
         Postal address: 31 - 33 Lumiere Court, 209 Balham High Road
         Town: London
         Postal code: SW17 7BQ
         Country: United Kingdom
      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:
      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.

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 works closely with a number of its surrounding local authorities on procurement activity and is a member of the South East London Procurement Group (comprising of the London Boroughs of Bromley, Bexley, Lewisham, Greenwich, Lambeth and Southwark). In addition to the partner organisation identified above, in appropriate circumstances and in compliance with any legal and regulatory requirement, the opportunity for services to be provided through this contract may also be offered to members of this organisation and who may have similar usage volumes.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=154246593
GO-201584-PRO-6886170 TKR-201584-PRO-6886169   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   VI.3.2)Lodging of appeals: As set out in the Public Contracts Regulations 2006 (as amended)    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Royal Courts of Justice
      The Strand, Stockwell Close, Holborn, London, WC2A 2LL, United Kingdom
      Tel. +44 2079476000
   
   VI.4)Date Of Dispatch Of This Notice: 04/08/2015