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 |
View Full Notice
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
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