Learning Disability Supported Living Services London
The London Borough of Bromley is inviting tenders for the provision of care and support services for a total of 11 people with learning disabilities who may also have autism, challenging behaviour, mental health and/or complex health.
United Kingdom-Bromley: Social work and related services
2015/S 168-306906
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Bromley
Civic Centre, Stockwell Close
For the attention of: Carol Fletcher
BR1 3UH Bromley
UNITED KINGDOM
E-mail: carol.fletcher@bromley.gov.uk
Internet address(es):
General address of the contracting authority: www.bromley.gov.uk
Electronic access to information: www.londontenders.org
Electronic submission of tenders and requests to participate: www.londontenders.org
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
Social protection
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 25: Health and social services
NUTS code UKJ4
II.1.5)Short description of the contract or purchase(s)
All 3 services are provided within a group supported living model. The age and ability of the clients vary a pen portrait of each client will be included with the main tender documentation.
All the clients have their own tenancy agreements with a registered social landlord. The landlord function will be separate from that of the care and support provision. The services are currently provided by 1 care and support provider.
The tender will be run electronically using the pro-contract London tenders portal ‘e-Tendering system’ and ‘Suppliers’ interested in receiving the tender documents will need to ensure that they are registered with the London tenders portal (if they have not already done so) at:www.londontenders.org
It is anticipated that the contract will commence mid-April 2016. The contract will run for a period of 3 years with the option to extend for a further period of up to but not exceeding 2 years. A combined total of all 3 schemes of approximately 908 000 GBP per annum. Please note this is an indicative figure only.
II.1.6)Common procurement vocabulary (CPV)
85300000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a candidate is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at: http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas you will need to declare, if you have any offences/misconduct under your own countries laws where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority and/or as otherwise indicated in PCR 2015.
III.2.2)Economic and financial ability
(b) The presentation of balance sheets or extracts from the balance sheets, where publication of the balance sheet is required under the law of the country in which the economic operator is established,
(c) A statement of the undertaking’s overall turnover and where appropriate of turnover in the area covered by the contract for a maximum of the last 3 financial years available depending on the date on which the undertaking was set up or the economic operator started trading as far as the information on these turnovers is available.
III.2.3)Technical capacity
(a) a list of the works carried out over the past 5 years accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the Contracting Authority direct,
(b) a list of the principal deliveries effected or the main services provided in the past 3 years with the sums, dates and recipients, whether public or private involved. Evidence of delivery and services provided shall be given:
— where the recipient was a Contracting Authority in the form of certificates issued or countersigned by the competent authority,
— where the recipient was a private purchaser by the purchaser’s certification or failing this simply by a declaration by the economic operator,
(c) an indication of the technicians or technical bodies involved whether or not belonging directly to the economic operator’s undertaking especially those responsible for quality control and in the case of public work contracts those upon whom the contractor can call in order to carry out the work,
(d) A description of the technical facilities and measures used by the Supplier or Service Provider for ensuring quality and the undertaking’s study and research facilities,
(f) The educational and professional qualifications of the Service Provider or Contractor and/or those of the undertaking’s managerial staff and in particular, those of the person or persons responsible for providing the services or managing the work,
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years,
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.2)Information about European Union funds
VI.3)Additional information
Evaluation of the tender will be based on the CIPFA standing guide to the commissioning of local authority work and services tender evaluation model and in full compliance with EU Directives, the Council’s Contract Procedure Rules and in accordance with the stated criteria. Tenderers should note that the evaluation of the above criteria for quality issues, etc. will also include the operation of minimum score thresholds. If the Tenderer’s proposal receives a score below the required threshold then the bid may not be considered further (The minimum acceptable score is a requirement to obtain at least half of the available points in any particular area).
An indicative use of this model can be downloaded from the Council’s website at:http://www.bromley.gov.uk/info/200095/tenders_and_contracts/265/submitting_tenders
The Council works closely with a number of its surrounding local authorities on procurement activity and is a member of the South-east London procurement group (comprising of the London Boroughs of Bromley, Bexley, Lewisham, Greenwich, Lambeth and Southwark). In addition to the partner organisation identified above, in appropriate circumstances and in compliance with any legal and regulatory requirement, the opportunity for services to be provided through this contract may also be offered to members of this organisation and who may have similar usage volumes.
The Council may make use of the contract for further negotiated arrangements to the extent permissible and in compliance with the relevant procurement regulations.
Prospective contractors are advised that the documents issued at this time in conjunction with the OJEU Tender Notice may be supplemented and/or amended as provided for in Regulation 53(6) of the Public Contracts Regulations 2015.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=156947110
GO Reference: GO-2015827-PRO-6988200.
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Royal Courts of Justice
The Strand, Stockwell Close, Holborn
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
VI.5)Date of dispatch of this notice: