Thurrock Council: Occupational Therapy and Independent Mobility Asessment Service

  Thurrock Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Occupational Therapy and Independent Mobility Asessment Service
Notice type: Contract Notice
Authority: Thurrock Council
Nature of contract: Services
Procedure: Open
Short Description: The Council’s requirement under this Contract is for a provider (“the Provider”) of Occupational Therapy Services (inclusive of Independent Mobility Assessments).
Published: 24/05/2017 10:34
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Thurrock: Health and social work services.
Section I: Contracting Authority
      I.1) Name and addresses
             Thurrock Council
             Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
             Tel. +44 1375652207, Email: procurement@thurrock.gov.uk
             Main Address: www.thurrock.gov.uk, Address of the buyer profile: http://thurrock.g2b.info
             NUTS Code: UKH32
      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: www.thurrock.gov.uk/itt
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/575S39NY37 to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://www.delta-esourcing.com/
      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: Occupational Therapy and Independent Mobility Asessment Service       
      Reference Number: PS/2017/514
      II.1.2) Main CPV Code:
      85000000 - Health and social work services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Council’s requirement under this Contract is for a provider (“the Provider”) of Occupational Therapy Services (inclusive of Independent Mobility Assessments).       
      II.1.5) Estimated total value:
      Value excluding VAT: 496,800       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKH32 Thurrock
      
      II.2.4) Description of procurement: The Council’s requirement under this Contract is for a provider (“the Provider”) of Occupational Therapy Services (inclusive of Independent Mobility Assessments).
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Service Proposal / Weighting: 15
            Quality criterion - Name: Performance / Weighting: 10
            Quality criterion - Name: Management and Service Operation / Weighting: 5
            Quality criterion - Name: Partnership Working / Weighting: 10
            Quality criterion - Name: Legislation / Weighting: 5
            Quality criterion - Name: Social Value / Weighting: 5
            Quality criterion - Name: Interview / Weighting: 10
                        
            Price - Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 496,800       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: This contract is for 3 years with the option to extend for a further 1 year. Re-procurement will either take place in 3 or 4 years.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The Council is operating this procurement under the Light Touch Regime for Social and Other Specific Services, as set out in the PCR 2015, at Section 7 (Regulations 74 to 77) and Schedule 3.       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description 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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 28/06/2017 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): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 28/06/2017
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: Contract is 3 years with the option to extend for a further 2 years. Re-procurement will either take place in 3 or 4 years.
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   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.

Under the Public Services (Social Value) Act 2012 the contracting authority must consider:
(a) how what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and
(b) how, in conducting the process of procurement, it might act with a view to securing that improvement.
Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described in the Invitation To Tender and are reflected in environmental and social characteristics in the evaluation criteria for the award of the contract.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Thurrock:-Health-and-social-work-services./575S39NY37

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/575S39NY37
   VI.4) Procedures for review
   VI.4.1) Review body:
             Thurrock Council
       Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
       Tel. +44 1375652207, Email: procurement@thurrock.gov.uk
   VI.4.2) Body responsible for mediation procedures:
             Thurrock Council
          Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
          Tel. +44 1375652207, Email: procurement@thurrock.gov.uk
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Thurrock Council
       Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
       Tel. +44 1375652207, Email: procurement@thurrock.gov.uk
   VI.5) Date Of Dispatch Of This Notice: 24/05/2017

Annex A


View any Notice Addenda

View Award Notice

UK-Thurrock: Health and social work services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Thurrock Council
       Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
       Tel. +44 1375652207, Email: procurement@thurrock.gov.uk
       Main Address: www.thurrock.gov.uk, Address of the buyer profile: http://thurrock.g2b.info
       NUTS Code: UKH32

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Occupational Therapy and Independent Mobility Asessment Service            
      Reference number: PS/2017/514

      II.1.2) Main CPV code:
         85000000 - Health and social work services.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: The Council’s requirement under this Contract was for a provider (“the Provider”) of Occupational Therapy Services (inclusive of Independent Mobility Assessments).

PLEASE NOTE THIS CONTRACT HAS NOW BEEN AWARDED

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 496,800
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKH32 - Thurrock
   
      Main site or place of performance:
      Thurrock
             

      II.2.4) Description of the procurement: The Council’s requirement under this Contract was for a provider (“the Provider”) of Occupational Therapy Services (inclusive of Independent Mobility Assessments).

CONTRACT NOW AWARDED

      II.2.5) Award criteria:
      Quality criterion - Name: Service Proposal / Weighting: 15
      Quality criterion - Name: Performance / Weighting: 10
      Quality criterion - Name: Management and Service Operation / Weighting: 5
      Quality criterion - Name: Partnership Working / Weighting: 10
      Quality criterion - Name: Legislation / Weighting: 5
      Quality criterion - Name: Social Value / Weighting: 5
      Quality criterion - Name: Interview / Weighting: 10
                  
      Price - Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: The Council is operating this procurement under the Light Touch Regime for Social and Other Specific Services, as set out in the PCR 2015, at Section 7 (Regulations 74 to 77) and Schedule 3.


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: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2017/S 101-201561
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 07/08/2017

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Inclusion.Me Limited
             Calverley House, 55 Calverley Road, Tunbridge Wells, TN1 2TU, United Kingdom
             NUTS Code: UKJ4
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 496,800          
         Total value of the contract/lot: 496,800
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=273271798

   VI.4) Procedures for review

      VI.4.1) Review body
          Thurrock Council
          Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
          Tel. +44 1375652207, Email: procurement@thurrock.gov.uk

      VI.4.2) Body responsible for mediation procedures
          Thurrock Council
          Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
          Tel. +44 1375652207, Email: procurement@thurrock.gov.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Thurrock Council
          Procurement Services, Civic Offices, New Road, Thurrock, RM17 6SL, United Kingdom
          Tel. +44 1375652207, Email: procurement@thurrock.gov.uk

   VI.5) Date of dispatch of this notice: 14/08/2017