Care and Support Services Contract Uxbridge
To deliver a range of care and support services to adults and children with learning disabilities, respite care.
United Kingdom-Uxbridge: Social work services with accommodation
2016/S 056-092708
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
The Mayor and Burgesses of the London Borough of Hillingdon
Uxbridge
UB8 1UW
UNITED KINGDOM
Contact person: Karen Tait-Lane
Telephone: +44 01895558332
E-mail: ktait-lane@hillingdon.gov.uk
NUTS code: UKI11Internet address(es):Main address: http://www.hillingdon.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Personalisation of Care and Support Services Partner Project.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The London Borough of Hillingdon (the ‘Council’) is inviting expressions of interest from suitability qualified and experienced service providers to enter into a long term contract (the ‘Contract’) to deliver a range of care and support services to adults and children with learning disabilities, respite care, older peoples’ day care and children’s care home, and spot purchased services in the Council’s catchment are (together ‘the Services’). The Council’s vision is to modernise the provision of care services with the aim of putting service users in charge of their own care through the use of personal budgets and a core/flexible support model. The Council intends that the Contract will run for a term of ten (10) years, subject to satisfactory performance. Further details are set out below and in the Descriptive Document. Notwithstanding the information given elsewhere in this notice, this procurement is subject only to Section 7 of the Public Contracts Regulations 2016.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Contract is a contract for ‘social and other services’ and therefore subject only to Section 7 of the Public Contracts Regulations 2015 (the Regulations). The Council has elected to conduct this procurement in a manner which is generally consistent with the competitive dialogue procedure set out at Regulation 30 of the Regulations. However, due to the limitations of the internet portal through which this contract notice is published, Section IV.1.1 indicates that the procurement is being undertaken through competitive dialogue. Unless the Council directs otherwise, Applicants can assume that the conduct of this procurement will be consistent with Regulation 30.
Further details of the procurement are set out in the Descriptive Document.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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
Economic operators will need to complete a pre-qualification questionnaire (PQQ) in accordance with the Public Contracts Regulations 2016.
III.1.2)Economic and financial standing
As set out in the PQQ.
As set out in the PQQ.
III.1.3)Technical and professional ability
As set out in the PQQ.
As set out in the PQQ.
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.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The Council reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part or all of the Services at its sole discretion. The Council shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with the Council shall be incurred entirely at the risk of the applicant or tenderer.
Under the Contract the service provider and its supply chain will be required to actively participate in the achievement of social and/or environmental policy objectives. Accordingly evaluation criteria and Conract performance conditions may relate in particular to social and environmental considerations.
VI.4.1)Review body
Royal Courts of Justice, The Strand
London
WC1A 2LL
UNITED KINGDOM
VI.4.2)Body responsible for mediation procedures
Royal Courts of Justice, The Strand
London
WC1A 2LL
UNITED KINGDOM
VI.4.3)Review procedure
The Council will observe a standstill period following the award of the Contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.
VI.4.4)Service from which information about the review procedure may be obtained
70 Whitehall
London
SW1A 2AS
UNITED KINGDOM
VI.5)Date of dispatch of this notice: