Family Group Conference Service
Social work and related services. London Borough of Barnet is seeking to appoint an experienced provider as and when required to provide Family Group Conference Service.
UK-London: Social work and related services
2013/S 022-034170
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
London Borough of Barnet
North London Business Park, Oakleigh Road South
For the attention of: Karina Ajayi
N11 1NP London
UNITED KINGDOM
Telephone: +44 83592000
E-mail: spt@barnet.gov.uk
Fax: +44 87088974444
Internet address(es):
Address of the buyer profile: www.barnet.gov.uk
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)
Section II: Object of the contract
Service category No 25: Health and social services
NUTS code UKI21
The contract will be for a three year period subject to the availability of funding and satisfactory performance. Funding currently identified and available over the three years is £180,000 however this made be subject to budget reduction constraints during lifetime of contract.
Potential Providers are asked to note that if an excess of 50 FGC’s including reviews take place within any one financial year, then a 15% discount will be applied to any additional FGC’s above 51 within that financial year.
The commissioning body for this service is the London Borough of Barnet, on behalf of Barnet’s Children’s Trust Partnership.
85300000
Range: between 120 000 and 180 000 GBP
Section III: Legal, economic, financial and technical information
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.supply4london.gov.uk/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.
(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 three 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
(b) a list of the principal deliveries effected or the main services provided in the past three 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 works contracts, those upon whom the contractor can call in order to carry out the work
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate
(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 three years
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract
Section IV: Procedure
The most economically advantageous tender in terms of the criteria stated below
1. Experience of providing similar work. Weighting 10
2. Capacity and resources to support the contract. Weighting 10
3. Technical expertise. Weighting 30
4. Quality assurance. Weighting 20
5. Cost (Price). Weighting 25
6. Financial Assessment. Weighting 5
Place:
Section VI: Complementary information
The information and/or documents for this opportunity are available on procure4london.com.
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: 2XY4Y4TZRF.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 12 noon 18 March 2013. Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any technical difficulties please contact the Procure4london Helpdesk on call 0845 270 7098 or email helpdesk@procure4london.com. GO Reference: GO-2013128-PRO-4546973
Royal Courts of Justice
Royal Courts of Justice, Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 079476000
Body responsible for mediation procedures
Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 079476000