London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | The Provision of Advocacy Services in Richmond and Wandsworth Borough Councils |
Notice type: | Contract Notice |
Authority: | London Boroughs of Richmond and Wandsworth |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | London Borough of Richmond upon Thames and Wandsworth Borough Councils seeking to procure Advocacy services through a range of models across both boroughs. These are to cover the following services: •Independent Mental Capacity Advocacy •Independent Mental Health Advocacy (this includes a small element of advocacy for Deaf patients at Springfield Hospital) •Care Act Advocacy •NHS Complaints Advocacy •General Advocacy (Non statutory) |
Published: | 17/08/2020 16:57 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
London Boroughs of Richmond and Wandsworth
Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
Tel. +44 02088316417, Email: patrick.palmer@richmondandwandsworth.gov.uk
Contact: Patrick Palmer
Main Address: http://wandsworth.gov.uk/, Address of the buyer profile: http://www.wandsworth.gov.uk/
NUTS Code: UKI75
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://www.delta-esourcing.com/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: The Provision of Advocacy Services in Richmond and Wandsworth Borough Councils
Reference Number: CPTNo 2504
II.1.2) Main CPV Code:
85312300 - Guidance and counselling services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: London Borough of Richmond upon Thames and Wandsworth Borough Councils seeking to procure Advocacy services through a range of models across both boroughs. These are to cover the following services:
•Independent Mental Capacity Advocacy
•Independent Mental Health Advocacy (this includes a small element of advocacy for Deaf patients at Springfield Hospital)
•Care Act Advocacy
•NHS Complaints Advocacy
•General Advocacy (Non statutory)
II.1.5) Estimated total value:
Value excluding VAT: 2,595,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
85112000 - Hospital support services.
II.2.3) Place of performance:
UKI6 Outer London – South
UKI7 Outer London – West and North West
II.2.4) Description of procurement: In line with the Care Act 2014, the Mental Health Act 1983 and the Mental Capacity Act 2005 (MCA2005) Wandsworth and Richmond Councils are committed to the delivery of advocacy Services for adults aged 18 years and over and for those under 18 in transition to adult health and social care Services. The aim is to enable residents to access high quality advocacy and exercise maximum choice and control over their care and support, and to achieve the best outcomes in their everyday lives. This Service specification does not cover children’s advocacy Services unless otherwise specified under the advocacy Service element.
The Councils are seeking to appoint a single Provider across the boroughs of Richmond and Wandsworth, and this Provider will have the opportunity to sub contract any elements to another advocacy organisation.
The Provider will ensure that the advocacy Service:
•Provides clarity of purpose.
•Is independent of statutory organisations
•Promotes independence through building skills and resilience,
•Maintains confidentiality
•Is person led
•Supports empowerment
•Understands Safeguarding responsibilities
•Provides an accessible Service.
•Is accountable
•Supports advocates
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: 2,595,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/06/2021 / End: 31/05/2024
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 Councils may entirely at their discretion extend the contract for a further 24 months to a maximum term of 60 months (5 years).
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: ADDITIONAL FLEXI HOURS ARISING FROM NEW LIBERTY PROTECTION SAFEGUARD (WEF APRIL 2022)
In addition to the Initial Contract Hours stated in the Service Specification and the estimated budget the LPS (expected from April 2022) are likely to lead to an increase in demand during the period of this contract and the Councils are making contingency provisions under this procurement to address this.
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
List and brief description of selection criteria:
• Turnover is equal to or greater than 2x the annual contract value;
• D&B Risk Indicator is 3 or less;
• D&B Failure Score is 50 or greater;
• Current Ratio is 1 or greater.
NOTE The Authority's Director of Finance may revise the economic and financial standing criteria if it becomes clear from responses that the Authority's requirements are not suitable for the market for this type of work. Any change in criteria will be applied to all Tenderers equally and Tenderers notified of the change. This methodology is in line with the Cabinet Office's guide to supplier financial appraisals and the Authority shall treat all Tenderers equally in evaluating their economic and financial standing.
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2019/S 182 - 443279
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 28/09/2020 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:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 28/09/2020
Time: 16:00
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 Yes
Electronic payment will be used Yes
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-London:-Guidance-and-counselling-services./FG436C54Q6
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/FG436C54Q6
VI.4) Procedures for review
VI.4.1) Review body:
Royal Court of Justice
The Strand, London, London, WC2A 2LL, United Kingdom
Tel. +44 020194760000, Email: data.access@justice.gsi.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 17/08/2020
Annex A
View any Notice Addenda
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
London Boroughs of Richmond and Wandsworth
Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
Tel. +44 02088316417, Email: patrick.palmer@richmondandwandsworth.gov.uk
Contact: Patrick Palmer
Main Address: http://wandsworth.gov.uk/, Address of the buyer profile: http://www.wandsworth.gov.uk/
NUTS Code: UKI75
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: The Provision of Advocacy Services in Richmond and Wandsworth Borough Councils Reference number: CPTNo 2504
II.1.2) Main CPV code:
85312300 - Guidance and counselling services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: London Borough of Richmond upon Thames and Wandsworth Borough Councils seeking to procure Advocacy services through a range of models across both boroughs. These are to cover the following services:
•Independent Mental Capacity Advocacy
•Independent Mental Health Advocacy (this includes a small element of advocacy for Deaf patients at Springfield Hospital)
•Care Act Advocacy
•NHS Complaints Advocacy
•General Advocacy (Non statutory)
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 17/08/2020
VI.6) Original notice reference:
Notice Reference: 2020 - 237148
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 17/08/2020
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: I.3)
Lot No: Not provided
Place of text to be modified: I.3)
Instead of: Communication: 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
Read: Communication: 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://www.delta-esourcing.com/tenders/UK-London:-Guidance-and-counselling-services./FG436C54Q6
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Guidance-and-counselling-services./FG436C54Q6
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/FG436C54Q6