Care and Support Contracts London – Royal Borough of Greenwich
Lot 1: 30a Charlton Road, a 4-Bed Care Home.
United Kingdom-London: Health and social work services
2019/S 104-252790
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
3rd Floor, The Woolwich Centre, 35 Wellington Street, Woolwich
London
SE18 6HQ
United Kingdom
Contact person: The Procurement Team
Telephone: +44 2089215606
E-mail: procurement@royalgreenwich.gov.uk
NUTS code: UKI51
Address of the buyer profile: http://www.royalgreenwich.gov.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
SPS 2153 — Accommodation — Based Services for People with a Learning Disability
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The service will comprise the provision of accommodation-based care and support for people with learning disabilities. This contract is divided into 3 lots:
Lot 1: 30a Charlton Road, a 4-Bed Care Home;
Lot 2: 10-14 Wilmount Street, an 8-Bed Supported Living Service;
Lot 3: 133 Langton Way.
This service is in development but, is intended to be a sheltered service for older people with learning disabilities with an anticipated capacity of 20.
The Royal Borough of Greenwich is looking to award a contract to a provider or providers to deliver 1 or more lots or 1 provider for a single lot. The contract period is initially for a period of 3 years although Royal Greenwich reserves the right to extend the contract on the same terms for a further period or periods of up to 48 months making a total possible contract period of 7 years.
Tenderers are to note that transfer of undertakings (protection of employment) will apply to Lots 1 and 2.
II.1.5)Estimated total value
II.1.6)Information about lots
Royal Borough of Greenwich reserve the right to award contracts for any combination of the lots.
II.2.1)Title:
Lot 1: 30a Charlton Road, a 4-Bed Care Home
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 1 is a 4-bed care home for people with a primary need of a learning disability. Some of the current residents also have physical disabilities. It provides 24 hour care and support, 365 days a year.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The Council reserves the right to extend the contract on the same terms for a further period or periods of up to 48 months.
II.2.13)Information about European Union funds
II.2.14)Additional information
The estimated contract value includes the 4 years extension period which is subject to change based on funding being available
II.2.1)Title:
Lot 2: 10-14 Wilmount Street, an 8-Bed Supported Living Service
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 2 is an 8-bed supported living service consisting of two 4-bed dwellings that share a garden. The client group is people with learning disabilities. Tenants needs vary. The service is staffed 24 hours a day.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The Council reserves the right to extend the contract on the same terms for a further period or periods of up to 48 months.
II.2.13)Information about European Union funds
II.2.14)Additional information
The estimated contract value includes the 4 years extension period which is subject to change based on funding being available.
II.2.1)Title:
Lot 3: 133 Langton Way
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 3 is currently a general needs, sheltered service which will be refurbished to provide age appropriate accommodation for people with a learning disability. The final design and capacity of the service has not yet been determined but it is anticipated that it will accommodate 20 people in self-contained accommodation. It is expected that 24 hour support will be required and that service users will require support with meal preparation or will require meals provided.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The Council reserves the right to extend the contract on the same terms for a further period or periods of up to 48 months.
II.2.13)Information about European Union funds
II.2.14)Additional information
The estimated contract value includes the 4 years extension period which is subject to change based on funding being available.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
The requirement for professional activities are outlined in the procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As stated in the procurement documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
The opening will be done at the offices of the Royal Borough of Greenwich. It will be an electronic based exercise.
It will be exercise by employees of the Royal Borough of Greenwich.
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Price is not the only award criterion and all award criteria are stated only in the procurement documents. This procurement will be managed electronically via the RBG Proactis e-tendering Suite. To participate in this procurement, participants shall first be registered on the e-tendering Suite. If Bidders have not yet registered on the e-tendering Suite, this can be done online at https://royalgreenwich.proactishosting.com/ and click on the tap‘supplier registration’.
Note: Registration may take some time therefore, please ensure that you allow a sufficient amount of time to register. Full instructions for registration and use of the system can be found at
https://supplierhelp.due-north.com/
Once you have registered on the e-Tendering Suite, a registered user can express an interest for a specific procurement. This is done by looking at the opportunities sections. The registered user will receive a notification email to alert them once this has been done. As a user of the e-Tendering Suite, you will have access to proactis e-portal email messaging service which facilitates all messages sent to you and from you in relation to any specific RFx event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.For technical assistance on use of the e-Sourcing Suite, please contact Proactis Helpdesk Freephone: 0345 0103503.
Please note that TUPE applies on Lots 1 and 2 in this procurement. Also tenderers are to note that the deadline for question and answers is the 21.6.2019.
Lastly, the Royal Borough of Greenwich in pursuit of its duty under the Public Services (Social Value) Act 2012,which is, to seek improvement in the economic, social and environmental well-being of its Residents, would like successful contractor to contribute to its social value fund or deliver social value in kind. As such, questions relating to social value will be included in the method statement.
VI.4.1)Review body
Royal Courts of Justice, Strand
London
WC1A 2LL
United Kingdom
VI.4.2)Body responsible for mediation procedures
70 Whitehall
London
SW1A 2AS
United Kingdom
VI.4.3)Review procedure
Royal Borough of Greenwich has incorporated a minimum 10 calendar days standstill period after notification to unsuccessful applicants of the award decision.
VI.5)Date of dispatch of this notice: