London Boroughs of Richmond and Wandsworth: Carers Services in the London Borough of Wandsworth

  London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Carers Services in the London Borough of Wandsworth
Notice type: Contract Notice
Authority: London Boroughs of Richmond and Wandsworth
Nature of contract: Services
Procedure: Open
Short Description: Provision of Integrated Carers Support Services in the London Borough of Wandsworth
Published: 19/06/2020 12:46
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-Wandsworth: Community health services.
Section I: Contracting Authority
      I.1) Name and addresses
             Wandsworth Borough Council
             Wandsworth Town Hall, Wandsworth High Street, Wandsworth, London, Wandsworth, SW18 2PU, United Kingdom
             Tel. +44 2088316417, Email: patrick.palmer@richmondandwandsworth.gov.uk
             Contact: Patrick Palmer
             Main Address: http://wandsworth.gov.uk/, Address of the buyer profile: http://wandsworth.gov.uk/
             NUTS Code: UKI34
      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-London
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-UK-London 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: Carers Services in the London Borough of Wandsworth       
      Reference Number: CPT 2267
      II.1.2) Main CPV Code:
      85323000 - Community health services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Provision of Integrated Carers Support Services in the London Borough of Wandsworth       
      II.1.5) Estimated total value:
      Value excluding VAT: 4,845,920       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      85100000 - Health services.
      85323000 - Community health services.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: The Council is tendering a contract for the Provision of Integrated Carers Support Services for four (4) years commencing from 1 February 2021, with an extension option of up to a further four (4) years. These Services support to any adult who provides unpaid care within the boundaries of the London Borough of Wandsworth and who is registered with a Wandsworth GP as this is joint funded through the Better Care Fund. The main aim of these services is to support carers to deliver quality care for their loved ones whilst maintaining their own health and well-being. As unpaid carers deliver services that are worth six times the budget of social care, supporting their capacity to keep caring is fundamental to reducing/limiting the demand for social care packages.
      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: 4,845,920       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/02/2021 / End: 31/01/2025       
      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: Wandsworth Borough Council may at its discretion extend the contract for a further 48 months to a maximum term of 96 months (8 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: This tender opportunity was original advertised as a Prior Information Notice in July 2019 and included the provision of services in the London Boroughs of Richmond and Wandsworth. This Tender Notice relates to the Wandsworth Services only.       


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 1.5x the annual contract value;

•D&B Risk Indicator is 3 or less;

•D&B Failure Score is 40 or greater;

•Current Ratio is 0.6 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
      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 130 - 319205       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 31/07/2020 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: 31/07/2020
         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-Wandsworth:-Community-health-services./QYG52QD36Q

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/QYG52QD36Q
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Court of Justice
       The Strand, London, WC2A 2LL, London, The Strand, United Kingdom
       Tel. +44 20194760000, Email: data.access@justice.gsi.uk
       Internet address: http://www.justice.gov.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: 19/06/2020

Annex A


View any Notice Addenda

View Award Notice