Haringey Council: PROVISION OF OVERNIGHT RESPITE CARE FOR CHILDREN WITH DISABILITIES AT THE HASLEMERE CENTRE

  Haringey Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: PROVISION OF OVERNIGHT RESPITE CARE FOR CHILDREN WITH DISABILITIES AT THE HASLEMERE CENTRE
Notice type: Contract Notice
Authority: Haringey Council
Nature of contract: Services
Procedure: Negotiated
Short Description: Haringey Council is seeking expressions of interest from suitably qualified organisations to deliver the provision of overnight respite care for children and young people with disabilities at The Haslemere Centre (“the Centre). The Council now wishes to lease out the Centre to a suitably qualified and experienced organisation, to deliver a flexible and innovative overnight respite service provision that enables carers and families to take a break from the caring role. The service provider will manage and operate the site to its full commercial potential whilst allowing the Council to purchase services at concessionary rates and through priority booking programme. A lease agreement will be issued to the successful bidder. It is the intention of the Council to award new contracts for period of 5 years with an option to extend for a further period or periods of up to 2 years. This contract shall be open to other London boroughs to purchase overnight respite services.
Published: 22/05/2017 10:11
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-Wood Green: Social work and related services.
Section I: Contracting Authority
      I.1) Name and addresses
             Haringey Council
             Corporate Procurement, Wood Green, N22 7TR, United Kingdom
             Tel. +44 2084893268, Email: cputenders@haringey.gov.uk
             Main Address: http://www.haringey.gov.uk
             NUTS Code: UKI2
      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-Wood-Green:-Social-work-and-related-services./9K744DZ84T
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com 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: PROVISION OF OVERNIGHT RESPITE CARE FOR CHILDREN WITH DISABILITIES AT THE HASLEMERE CENTRE       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      85300000 - Social work and related services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Haringey Council is seeking expressions of interest from suitably qualified organisations to deliver the provision of overnight respite care for children and young people with disabilities at The Haslemere Centre (“the Centre).

The Council now wishes to lease out the Centre to a suitably qualified and experienced organisation, to deliver a flexible and innovative overnight respite service provision that enables carers and families to take a break from the caring role. The service provider will manage and operate the site to its full commercial potential whilst allowing the Council to purchase services at concessionary rates and through priority booking programme. A lease agreement will be issued to the successful bidder.

It is the intention of the Council to award new contracts for period of 5 years with an option to extend for a further period or periods of up to 2 years. This contract shall be open to other London boroughs to purchase overnight respite services.       
      II.1.5) Estimated total value:
      Value excluding VAT: 100,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKI2 Outer London
      
      II.2.4) Description of procurement: The Council wishes to lease out the Centre to a suitably qualified and experienced organisation, to deliver a flexible and innovative overnight respite service provision that enables carers and families to take a break from the caring role.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 60%
                        
            Cost criterion - Name: Price / Weighting: 40%
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Contracts may extended for a further period or periods of up to two (2) years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 7
             
      Objective criteria for choosing the limited number of candidates: Not provided
      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: Not provided       


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:          
      The minimum OFSTED rating potential suppliers are required to have for the purpose of this tender process is ‘Good’; suppliers with lower OFSTED ratings will be rejected.    
      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 NEGOTIATED
      IV.1.1) Type of procedure:   
   
   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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
   IV.1.5) Information about negotiation: No.
   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: 22/06/2017 Time: 13:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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
      
      

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-Wood-Green:-Social-work-and-related-services./9K744DZ84T

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9K744DZ84T
   VI.4) Procedures for review
   VI.4.1) Review body:
             Haringey Council
       Corporate Procurement, Wood Green, N22 7TR, United Kingdom
       Tel. +44 2084893268
   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: 22/05/2017

Annex A


View any Notice Addenda

UK-Wood Green: Social work and related services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Haringey Council
       Corporate Procurement, Wood Green, N22 7TR, United Kingdom
       Tel. +44 2084893268, Email: cputenders@haringey.gov.uk
       Main Address: http://www.haringey.gov.uk
       NUTS Code: UKI4

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: PROVISION OF OVERNIGHT RESPITE CARE FOR CHILDREN WITH DISABILITIES AT THE HASLEMERE CENTRE      Reference number: Not Provided      
   II.1.2) Main CPV code:
      85300000 - Social work and related services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: Haringey Council is seeking expressions of interest from suitably qualified organisations to deliver the provision of overnight respite care for children and young people with disabilities at The Haslemere Centre (“the Centre).

The Council now wishes to lease out the Centre to a suitably qualified and experienced organisation, to deliver a flexible and innovative overnight respite service provision that enables carers and families to take a break from the caring role. The service provider will manage and operate the site to its full commercial potential whilst allowing the Council to purchase services at concessionary rates and through priority booking programme. A lease agreement will be issued to the successful bidder.

It is the intention of the Council to award new contracts for period of 5 years with an option to extend for a further period or periods of up to 2 years. This contract shall be open to other London boroughs to purchase overnight respite services.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 16/06/2017

VI.6) Original notice reference:

   Notice Reference:    2017 - 205745   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 22/05/2017

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: IV.2.2          
         Place of text to be modified: Not provided          
         Instead of:
         Date: 22/06/2017         
         Local Time: 13:00          
         Read:
         Date: 26/06/2017         
         Local Time: 13:00                   
   
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=263812189


View Award Notice