Accommodation Based Respite Framework London
Frequency and value of the contracts to be awarded: 144 Carers received Respite Care in 2013/14.
United Kingdom-Wembley: Health and social work services
2015/S 118-214915
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Brent
Brent Civic Centre, Engineers Way
For the attention of: Mrs Jas Kothiria
HA9 0FJ Wembley
UNITED KINGDOM
Telephone: +44 2089371170
E-mail: jas.kothiria@brent.gov.uk
Internet address(es):
General address of the contracting authority: http://www.brent.gov.uk/
Address of the buyer profile: http://www.brent.gov.uk/
Electronic access to information: https://www.londontenders.org/procontract/supplier.nsf/frm_home?ReadForm
Electronic submission of tenders and requests to participate: https://www.londontenders.org/procontract/supplier.nsf/frm_home?ReadForm
Further information can be obtained from: Brent Council
https://www.londontenders.org/procontract/supplier
For the attention of: Jas Kothiria
https://www.londontenders.org/procontract/supplier https://www.londontenders.org/procontract/supplier
UNITED KINGDOM
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Brent Council
https://www.londontenders.org/procontract/supplier
For the attention of: Jas Kothiria
https://www.londontenders.org/procontract/supplier https://www.londontenders.org/procontract/supplier
UNITED KINGDOM
Tenders or requests to participate must be sent to: Brent Council
https://www.londontenders.org/procontract/supplier
For the attention of: Jas Kothiria
https://www.londontenders.org/procontract/supplier https://www.londontenders.org/procontract/supplier
UNITED KINGDOM
I.2)Type of the contracting authority
I.3)Main activity
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 UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 40
Duration of the framework agreement
Duration in months: 48
Justification for a framework agreement, the duration of which exceeds four years: N/A
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 280 000 and 2 260 000 GBP
Frequency and value of the contracts to be awarded: * 144 Carers received Respite Care in 2013/14. * With the introduction of the Care Act estimate that a further 351 Carers may require some form of Respite. * The frequency of the contract awards will vary across the contract term. * Average respite breaks are 3 weeks.
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
85000000, 85100000, 85300000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
—
Dementia
—
OPS (Older People)
—
LD (Learning Disabilities)
—
PD/SI (Physical Disabilities & Sensory Impairment)
—
MH (Mental Health)
It is envisaged that up to 20 providers will be selected per Lot. The values within this section and Annex B are combined across both Lots.
Estimated value excluding VAT:
Range: between 1 280 000 and 2 260 000 GBP
II.2.2)Information about options
Description of these options: Initial contract term will be 36 months with an option to extend by a further 12.
Provisional timetable for recourse to these options:
in days: 0 (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: 1. Lot A Residential Care Home Respite
1)Short description
2)Common procurement vocabulary (CPV)
85000000, 85100000, 85300000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 12 280 000 and 2 260 000 GBP
5)Additional information about lots
Lot No: 2Lot title: Lot 2 Nursing Care Home Respite
1)Short description
2)Common procurement vocabulary (CPV)
85000000, 85100000, 85300000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 12 280 000 and 2 260 000 GBP
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
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: Interested contractors are required to complete the pre-qualification questionnaire (PQQ) which sets out the requirements. As specified in I.1) above tender documentation can be accessed at:https://www.londontenders.org/procontract/supplier.nsf/frm_home?ReadForm
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Interested contractors are required to complete the pre-qualification questionnaire (PQQ) which sets out the requirements. As specified in I.1) above tender documentation can be accessed at:https://www.londontenders.org/procontract/supplier.nsf/frm_home?ReadForm
Minimum level(s) of standards possibly required: Set out in PQQ and associated documents.
III.2.3)Technical capacity
Set out in PQQ and associated documents.
Minimum level(s) of standards possibly required:
Set out in PQQ and associated documents.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: The most economically advantageous tender in terms of the criteria stated in the specifications, the Invitation to Tender and any associated procurement documentation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
High Court
Royal Courts of Justice, The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: