Bedford Borough Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Framework Agreement for the Provision of Domiciliary Care Services (BBC537665) |
Notice type: | Contract Notice |
Authority: | Bedford Borough Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Council is seeking to enter into a framework agreement with a number of suitably qualified organisations for the provision of domiciliary care services adults and children and short break services for children. More specifically, the Council is seeking to commission general domiciliary care services to vulnerable adults, which will be delivered across three (3) separate geographical zones within the Council’s administrative area. The Council is also seeking to commission domiciliary care services and short breaks for children and young people, which will be delivered across the Council’s entire administrative area. |
Published: | 27/04/2016 15:13 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Bedford Borough Council
Borough Hall, Cauldwell Street, Bedford, MK42 9AP, United Kingdom
Tel. +44 1234228420, Email: commercial.hub@bedford.gov.uk
Contact: Commercial Hub
Main Address: http://www.bedford.gov.uk
NUTS Code: UKH22
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: http://www.delta-esourcing.com/tenders/UK-UK-Bedford:-Social-work-and-related-services./49WU24FU59
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/delta/index.html 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: Framework Agreement for the Provision of Domiciliary Care Services (BBC537665)
Reference Number: BBC537665
II.1.2) Main CPV Code:
85300000 - Social work and related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Council is seeking to enter into a framework agreement with a number of suitably qualified organisations for the provision of domiciliary care services adults and children and short break services for children. More specifically, the Council is seeking to commission general domiciliary care services to vulnerable adults, which will be delivered across three (3) separate geographical zones within the Council’s administrative area. The Council is also seeking to commission domiciliary care services and short breaks for children and young people, which will be delivered across the Council’s entire administrative area.
II.1.5) Estimated total value:
Value excluding VAT: 1,110,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: maximum number of lots: 3
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Providers can only bid for up to two (2) of Lots 1, 2 and 3. There is no restriction on Lot 4. For example, a provider can bid for Lots 1 and 3 or they can bid for Lots 1, 3 and 4. However, no provider can bid for all four (4) Lots.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1 – Adults General Domiciliary Care Services for Zone 1
Lot No: Lot 1
II.2.2) Additional CPV codes:
85320000 - Social services.
II.2.3) Place of performance:
UKH22 Bedfordshire CC
II.2.4) Description of procurement: The Council is seeking to enter into a framework agreement with a number of suitably qualified organisations for the provision of domiciliary care services for adults and children and short break services for children. More specifically, the Council is seeking to commission general domiciliary care services to vulnerable adults, which will be delivered across three (3) separate geographical zones within the Council’s administrative area. The Council is also seeking to commission domiciliary care services and short breaks for children The Council is seeking to enter into a framework agreement with a number of suitably qualified organisations for the provision of domiciliary care services for adults and children and short break services for children. More specifically, the Council is seeking to commission general domiciliary care services to vulnerable adults, which will be delivered across three (3) separate geographical zones within the Council’s administrative area. The Council is also seeking to commission domiciliary care services and short breaks for children and young people, which will be delivered across the Council’s entire administrative area.
Existing care packages are outside the scope of the Framework Agreement and will therefore not automatically transfer from one provider to another.
Providers can only bid for up to two (2) of Lots 1, 2 and 3. There is no restriction on Lot 4. For example, a provider can bid for Lots 1 and 3 or they can bid for Lots 1, 3 and 4. However, no provider can bid for all four (4) Lots.
For each one of Lots 1, 2 and 3, a total of four (4) providers will be selected to enter into the Framework Agreement. The top two (2) ranking Bidders in each Lot will be awarded a ‘preferred provider’ status and will be offered, via a call-off arrangement, care packages purchased by the Council in the geographical zone or zones within which they have been successful. The remaining two (2) providers within each one of Lots 1, 2 and 3 will be awarded an ‘approved provider’ status and they will be offered, via a call-off arrangement, care packages purchased by the Council in the geographical zone or zones within which they have been successful in the event the preferred providers are unable to deliver them.
For Lot 4, a total of four (4) providers will be selected to enter into the Framework Agreement. The top two (2) ranking Bidders will be awarded a ‘preferred provider’ status and will be offered, via a call-off arrangement, care packages and short breaks purchased by the Council across the authority’s entire administrative area. The remaining two (2) providers will be awarded an ‘approved provider’ status and they will be offered, via a call-off arrangement, care packages and short breaks purchased by the Council across the authority’s entire administrative area in the event the preferred providers are unable to deliver them.
The call-off contracts will not be subject to a TUPE transfer.
The Council reserves the right to enter into the whole or part of this Framework Agreement, both in terms of the scale and scope of the Framework Agreement.
The publication of this Contract Notice and the Invitation to Tender (“ITT”) Pack in no way commit the Council to award any contract pursuant to any tender process. More specifically, the Council reserves the right to:
•Cancel, postpone, suspend or abort the selection and evaluation process at any stage or this procurement in its entirety; and
•Amend the terms, conditions and/or requirements.
No business whatsoever is guaranteed under any resulting contract and there is no guarantee that any contract will be put in place in relation to this notice.
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: 200,000
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: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Duration in months: up to 24 (from the award of the contract including possible extensions)
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: The procurement will be undertaken using the Council’s online secure e-tendering system and all interested organisations will need to register via the following link: https://www.delta-esourcing.com/delta/index.html.
Full instructions of how to use the e-tendering system can be found on the relevant website, however in the event of any difficulties please contact the Council by emailing commercial.hub@bedford.gov.uk or alternatively by calling 01234 276420 for further assistance. In order to complete the registration process, the Council will need to contact you by phone, email or postal address and it is therefore essential that the contact details inserted on the system are accurate.
The access code to this contract opportunity will be provided once registered on the Delta e-Sourcing portal. Alternatively, it can be provided by the Commercial Hub team (please see email address below).
Interested organisations must also contact the Commercial Hub by emailing commercial.hub@bedford.gov.uk in order to ensure that the registration process and access to the tender documentation runs smoothly.
All interested organisations are required to return one (1) electronic copy of their completed responses to the Invitation to Tender document via the Council’s Delta e-Sourcing portal. Only those Tender submissions returned by the closing date and time will be deemed valid. Late submissions will not be accepted.
During the procurement process, it is compulsory for Bidders to utilise the e-tendering system as the main channel of communication and exchange of documents. In declaring an interest in this procurement process, Bidders agree to the use of this system.
The Council is conducting the procurement under the Open Procedure pursuant to the Public Contracts Regulations 2015 (’the Regulations’). For the avoidance of any doubt, the services to be procured fall within Part 2 (Rules Implementing the Public Contracts Directive), Chapter 3 (Particular Procurement Regimes), Section 7 (Social and Other Specific Services) of the Regulations.
II.2) Description Lot No. 2
II.2.1) Title: Lot 2 – Adults General Domiciliary Care Services for Zone 2
Lot No: Lot 2
II.2.2) Additional CPV codes:
85320000 - Social services.
II.2.3) Place of performance:
UKH22 Bedfordshire CC
II.2.4) Description of procurement: The Council is seeking to enter into a framework agreement with a number of suitably qualified organisations for the provision of domiciliary care services for adults and children and short break services for children. More specifically, the Council is seeking to commission general domiciliary care services to vulnerable adults, which will be delivered across three (3) separate geographical zones within the Council’s administrative area. The Council is also seeking to commission domiciliary care services and short breaks for children and young people, which will be delivered across the Council’s entire administrative area.
Existing care packages are outside the scope of the Framework Agreement and will therefore not automatically transfer from one provider to another.
Providers can only bid for up to two (2) of Lots 1, 2 and 3. There is no restriction on Lot 4. For example, a provider can bid for Lots 1 and 3 or they can bid for Lots 1, 3 and 4. However, no provider can bid for all four (4) Lots.
For each one of Lots 1, 2 and 3, a total of four (4) providers will be selected to enter into the Framework Agreement. The top two (2) ranking Bidders in each Lot will be awarded a ‘preferred provider’ status and will be offered, via a call-off arrangement, care packages purchased by the Council in the geographical zone or zones within which they have been successful. The remaining two (2) providers within each one of Lots 1, 2 and 3 will be awarded an ‘approved provider’ status and they will be offered, via a call-off arrangement, care packages purchased by the Council in the geographical zone or zones within which they have been successful in the event the preferred providers are unable to deliver them.
For Lot 4, a total of four (4) providers will be selected to enter into the Framework Agreement. The top two (2) ranking Bidders will be awarded a ‘preferred provider’ status and will be offered, via a call-off arrangement, care packages and short breaks purchased by the Council across the authority’s entire administrative area. The remaining two (2) providers will be awarded an ‘approved provider’ status and they will be offered, via a call-off arrangement, care packages and short breaks purchased by the Council across the authority’s entire administrative area in the event the preferred providers are unable to deliver them.
The call-off contracts will not be subject to a TUPE transfer.
The Council reserves the right to enter into the whole or part of this Framework Agreement, both in terms of the scale and scope of the Framework Agreement.
The publication of this Contract Notice and the Invitation to Tender (“ITT”) Pack in no way commit the Council to award any contract pursuant to any tender process. More specifically, the Council reserves the right to:
•Cancel, postpone, suspend or abort the selection and evaluation process at any stage or this procurement in its entirety; and
•Amend the terms, conditions and/or requirements.
No business whatsoever is guaranteed under any resulting contract and there is no guarantee that any contract will be put in place in relation to this notice.
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: 200,000
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: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The Framework Agreement may be extended for any period or periods of up to one (1) year by mutual agreement of the Parties.
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: The procurement will be undertaken using the Council’s online secure e-tendering system and all interested organisations will need to register via the following link: https://www.delta-esourcing.com/delta/index.html.
Full instructions of how to use the e-tendering system can be found on the relevant website, however in the event of any difficulties please contact the Council by emailing commercial.hub@bedford.gov.uk or alternatively by calling 01234 276420 for further assistance. In order to complete the registration process, the Council will need to contact you by phone, email or postal address and it is therefore essential that the contact details inserted on the system are accurate.
The access code to this contract opportunity will be provided once registered on the Delta e-Sourcing portal. Alternatively, it can be provided by the Commercial Hub team (please see email address below).
Interested organisations must also contact the Commercial Hub by emailing commercial.hub@bedford.gov.uk in order to ensure that the registration process and access to the tender documentation runs smoothly.
All interested organisations are required to return one (1) electronic copy of their completed responses to the Invitation to Tender document via the Council’s Delta e-Sourcing portal. Only those Tender submissions returned by the closing date and time will be deemed valid. Late submissions will not be accepted.
During the procurement process, it is compulsory for Bidders to utilise the e-tendering system as the main channel of communication and exchange of documents. In declaring an interest in this procurement process, Bidders agree to the use of this system.
The Council is conducting the procurement under the Open Procedure pursuant to the Public Contracts Regulations 2015 (’the Regulations’). For the avoidance of any doubt, the services to be procured fall within Part 2 (Rules Implementing the Public Contracts Directive), Chapter 3 (Particular Procurement Regimes), Section 7 (Social and Other Specific Services) of the Regulations.
II.2) Description Lot No. 3
II.2.1) Title: Lot 3 – Adults General Domiciliary Care Services for Zone 3
Lot No: Lot 3
II.2.2) Additional CPV codes:
85320000 - Social services.
II.2.3) Place of performance:
UKH22 Bedfordshire CC
II.2.4) Description of procurement: The Council is seeking to enter into a framework agreement with a number of suitably qualified organisations for the provision of domiciliary care services for adults and children and short break services for children. More specifically, the Council is seeking to commission general domiciliary care services to vulnerable adults, which will be delivered across three (3) separate geographical zones within the Council’s administrative area. The Council is also seeking to commission domiciliary care services and short breaks for children and young people, which will be delivered across the Council’s entire administrative area.
Existing care packages are outside the scope of the Framework Agreement and will therefore not automatically transfer from one provider to another.
Providers can only bid for up to two (2) of Lots 1, 2 and 3. There is no restriction on Lot 4. For example, a provider can bid for Lots 1 and 3 or they can bid for Lots 1, 3 and 4. However, no provider can bid for all four (4) Lots.
For each one of Lots 1, 2 and 3, a total of four (4) providers will be selected to enter into the Framework Agreement. The top two (2) ranking Bidders in each Lot will be awarded a ‘preferred provider’ status and will be offered, via a call-off arrangement, care packages purchased by the Council in the geographical zone or zones within which they have been successful. The remaining two (2) providers within each one of Lots 1, 2 and 3 will be awarded an ‘approved provider’ status and they will be offered, via a call-off arrangement, care packages purchased by the Council in the geographical zone or zones within which they have been successful in the event the preferred providers are unable to deliver them.
For Lot 4, a total of four (4) providers will be selected to enter into the Framework Agreement. The top two (2) ranking Bidders will be awarded a ‘preferred provider’ status and will be offered, via a call-off arrangement, care packages and short breaks purchased by the Council across the authority’s entire administrative area. The remaining two (2) providers will be awarded an ‘approved provider’ status and they will be offered, via a call-off arrangement, care packages and short breaks purchased by the Council across the authority’s entire administrative area in the event the preferred providers are unable to deliver them.
The call-off contracts will not be subject to a TUPE transfer.
The Council reserves the right to enter into the whole or part of this Framework Agreement, both in terms of the scale and scope of the Framework Agreement.
The publication of this Contract Notice and the Invitation to Tender (“ITT”) Pack in no way commit the Council to award any contract pursuant to any tender process. More specifically, the Council reserves the right to:
•Cancel, postpone, suspend or abort the selection and evaluation process at any stage or this procurement in its entirety; and
•Amend the terms, conditions and/or requirements.
No business whatsoever is guaranteed under any resulting contract and there is no guarantee that any contract will be put in place in relation to this notice
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: 200,000
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: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The Framework Agreement may be extended for any period or periods of up to one (1) year by mutual agreement of the Parties.
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: The procurement will be undertaken using the Council’s online secure e-tendering system and all interested organisations will need to register via the following link: https://www.delta-esourcing.com/delta/index.html.
Full instructions of how to use the e-tendering system can be found on the relevant website, however in the event of any difficulties please contact the Council by emailing commercial.hub@bedford.gov.uk or alternatively by calling 01234 276420 for further assistance. In order to complete the registration process, the Council will need to contact you by phone, email or postal address and it is therefore essential that the contact details inserted on the system are accurate.
The access code to this contract opportunity will be provided once registered on the Delta e-Sourcing portal. Alternatively, it can be provided by the Commercial Hub team (please see email address below).
Interested organisations must also contact the Commercial Hub by emailing commercial.hub@bedford.gov.uk in order to ensure that the registration process and access to the tender documentation runs smoothly.
All interested organisations are required to return one (1) electronic copy of their completed responses to the Invitation to Tender document via the Council’s Delta e-Sourcing portal. Only those Tender submissions returned by the closing date and time will be deemed valid. Late submissions will not be accepted.
During the procurement process, it is compulsory for Bidders to utilise the e-tendering system as the main channel of communication and exchange of documents. In declaring an interest in this procurement process, Bidders agree to the use of this system.
The Council is conducting the procurement under the Open Procedure pursuant to the Public Contracts Regulations 2015 (’the Regulations’). For the avoidance of any doubt, the services to be procured fall within Part 2 (Rules Implementing the Public Contracts Directive), Chapter 3 (Particular Procurement Regimes), Section 7 (Social and Other Specific Services) of the Regulations.
II.2) Description Lot No. 4
II.2.1) Title: Lot 4 – Children’s Domiciliary Care Services and Short Breaks
Lot No: Lot 4
II.2.2) Additional CPV codes:
85320000 - Social services.
II.2.3) Place of performance:
UKH22 Bedfordshire CC
II.2.4) Description of procurement: The Council is seeking to enter into a framework agreement with a number of suitably qualified organisations for the provision of domiciliary care services for adults and children and short break services for children. More specifically, the Council is seeking to commission general domiciliary care services to vulnerable adults, which will be delivered across three (3) separate geographical zones within the Council’s administrative area. The Council is also seeking to commission domiciliary care services and short breaks for children and young people, which will be delivered across the Council’s entire administrative area.
Existing care packages are outside the scope of the Framework Agreement and will therefore not automatically transfer from one provider to another.
Providers can only bid for up to two (2) of Lots 1, 2 and 3. There is no restriction on Lot 4. For example, a provider can bid for Lots 1 and 3 or they can bid for Lots 1, 3 and 4. However, no provider can bid for all four (4) Lots.
For each one of Lots 1, 2 and 3, a total of four (4) providers will be selected to enter into the Framework Agreement. The top two (2) ranking Bidders in each Lot will be awarded a ‘preferred provider’ status and will be offered, via a call-off arrangement, care packages purchased by the Council in the geographical zone or zones within which they have been successful. The remaining two (2) providers within each one of Lots 1, 2 and 3 will be awarded an ‘approved provider’ status and they will be offered, via a call-off arrangement, care packages purchased by the Council in the geographical zone or zones within which they have been successful in the event the preferred providers are unable to deliver them.
For Lot 4, a total of four (4) providers will be selected to enter into the Framework Agreement. The top two (2) ranking Bidders will be awarded a ‘preferred provider’ status and will be offered, via a call-off arrangement, care packages and short breaks purchased by the Council across the authority’s entire administrative area. The remaining two (2) providers will be awarded an ‘approved provider’ status and they will be offered, via a call-off arrangement, care packages and short breaks purchased by the Council across the authority’s entire administrative area in the event the preferred providers are unable to deliver them.
The call-off contracts will not be subject to a TUPE transfer.
The Council reserves the right to enter into the whole or part of this Framework Agreement, both in terms of the scale and scope of the Framework Agreement.
The publication of this Contract Notice and the Invitation to Tender (“ITT”) Pack in no way commit the Council to award any contract pursuant to any tender process. More specifically, the Council reserves the right to:
•Cancel, postpone, suspend or abort the selection and evaluation process at any stage or this procurement in its entirety; and
•Amend the terms, conditions and/or requirements.
No business whatsoever is guaranteed under any resulting contract and there is no guarantee that any contract will be put in place in relation to this notice.
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: 580,000
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: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The Framework Agreement may be extended for any period or periods of up to one (1) year by mutual agreement of the Parties.
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: The procurement will be undertaken using the Council’s online secure e-tendering system and all interested organisations will need to register via the following link: https://www.delta-esourcing.com/delta/index.html.
Full instructions of how to use the e-tendering system can be found on the relevant website, however in the event of any difficulties please contact the Council by emailing commercial.hub@bedford.gov.uk or alternatively by calling 01234 276420 for further assistance. In order to complete the registration process, the Council will need to contact you by phone, email or postal address and it is therefore essential that the contact details inserted on the system are accurate.
The access code to this contract opportunity will be provided once registered on the Delta e-Sourcing portal. Alternatively, it can be provided by the Commercial Hub team (please see email address below).
Interested organisations must also contact the Commercial Hub by emailing commercial.hub@bedford.gov.uk in order to ensure that the registration process and access to the tender documentation runs smoothly.
All interested organisations are required to return one (1) electronic copy of their completed responses to the Invitation to Tender document via the Council’s Delta e-Sourcing portal. Only those Tender submissions returned by the closing date and time will be deemed valid. Late submissions will not be accepted.
During the procurement process, it is compulsory for Bidders to utilise the e-tendering system as the main channel of communication and exchange of documents. In declaring an interest in this procurement process, Bidders agree to the use of this system.
The Council is conducting the procurement under the Open Procedure pursuant to the Public Contracts Regulations 2015 (’the Regulations’). For the avoidance of any doubt, the services to be procured fall within Part 2 (Rules Implementing the Public Contracts Directive), Chapter 3 (Particular Procurement Regimes), Section 7 (Social and Other Specific Services) of the Regulations.
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:
Please refer to the Invitation to Tender (“ITT”) Document issued to interested organisations. Minimum level(s) of standards required will also be set out in the ITT.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Please refer to the Invitation to Tender (“ITT”) Document issued to interested organisations. Minimum level(s) of standards required will also be set out in the ITT.
Minimum level(s) of standards possibly required (if applicable) :
Please refer to the Invitation to Tender (“ITT”) Document issued to interested organisations. Minimum level(s) of standards required will also be set out in the ITT.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Please refer to the Invitation to Tender (“ITT”) Document issued to interested organisations. Minimum level(s) of standards required will also be set out in the ITT.
Minimum level(s) of standards possibly required (if applicable) :
Please refer to the Invitation to Tender (“ITT”) Document issued to interested organisations. Minimum level(s) of standards required will also be set out in the ITT.
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
Please refer to the Invitation to Tender (“ITT”) Document issued to interested organisations. Minimum level(s) of standards required will also be set out in the ITT.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: 14/06/2016 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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 14/06/2016
Time: 12:01
Place:
Bedford
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Bedford:-Social-work-and-related-services./49WU24FU59
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/49WU24FU59
VI.4) Procedures for review
VI.4.1) Review body:
Bedford Borough Council
Borough Hall, Cauldwell Street, Bedford, MK42 9AP, United Kingdom
Tel. +44 1234228420
VI.4.2) Body responsible for mediation procedures:
Bedford Borough Council
Borough Hall, Cauldwell Street, Bedford, MK42 9AP, United Kingdom
Tel. +44 1234228420
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with regulation 76 (Principles of awarding contracts) and regulation 91 (Enforcement of duties through the Court) of the UK Public Contracts Regulations 2015.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Bedford Borough Council
Borough Hall, Cauldwell Street, Bedford, MK42 9AP, United Kingdom
Tel. +44 1234228420
VI.5) Date Of Dispatch Of This Notice: 27/04/2016
Annex A
View any Notice Addenda
UK-Bedford: Social work and related services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Bedford Borough Council
Borough Hall, Cauldwell Street, Bedford, MK42 9AP, United Kingdom
Tel. +44 1234228420, Email: commercial.hub@bedford.gov.uk
Contact: Commercial Hub
Main Address: http://www.bedford.gov.uk
NUTS Code: UKH22
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Framework Agreement for the Provision of Domiciliary Care Services (BBC537665) Reference number: BBC537665
II.1.2) Main CPV code:
85300000 - Social work and related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: The Council is seeking to enter into a framework agreement with a number of suitably qualified organisations for the provision of domiciliary care services adults and children and short break services for children. More specifically, the Council is seeking to commission general domiciliary care services to vulnerable adults, which will be delivered across three (3) separate geographical zones within the Council’s administrative area. The Council is also seeking to commission domiciliary care services and short breaks for children and young people, which will be delivered across the Council’s entire administrative area.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 03/05/2016
VI.6) Original notice reference:
Notice Reference: 2016 - 179001
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 27/04/2016
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: VII.2
Lot No: Not provided
Place of text to be modified: Additional Information
Instead of: Access code missing
Read: Access code added
VII.2) Other 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.
THE ACCESS CODE for this contract opportuntiy is 49WU24FU59.
Due to some technical issues experienced, the tenderbox will open tomorrow Wednesday 4th May at 11:00. The date for submission of tenders has now been changed to 12 noon on 22nd June 2016
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=201038001
Framework Agreement for the Provision of Domiciliary Care Services (BBC537665)
UK-Bedford: Social work and related services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Bedford Borough Council
Borough Hall, Cauldwell Street, Bedford, MK42 9AP, United Kingdom
Tel. +44 1234228420, Email: commercial.hub@bedford.gov.uk
Contact: Commercial Hub
Main Address: http://www.bedford.gov.uk
NUTS Code: UKH22
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Framework Agreement for the Provision of Domiciliary Care Services (BBC537665) Reference number: BBC537665
II.1.2) Main CPV code:
85300000 - Social work and related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: The Council is seeking to enter into a framework agreement with a number of suitably qualified organisations for the provision of domiciliary care services adults and children and short break services for children. More specifically, the Council is seeking to commission general domiciliary care services to vulnerable adults, which will be delivered across three (3) separate geographical zones within the Council’s administrative area. The Council is also seeking to commission domiciliary care services and short breaks for children and young people, which will be delivered across the Council’s entire administrative area.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 17/05/2016
VI.6) Original notice reference:
Notice Reference: 2016 - 179001
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 27/04/2016
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: II.2.11
Lot No: Not provided
Place of text to be modified: Information about options
Instead of: Duration in months: up to 24 (from the award of the contract including possible extensions).
Read: Duration in months: up to 36 (from the award of the contract including possible extensions).
VII.2) Other 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=203017262