Mental health day services
Mental health day services – integrated day and outreach service. UK-London: health and social work services
2012/S 29-046889
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
The Royal Borough of Kensington and Chelsea
The Town Hall, Hornton Street
Contact point(s): Gary Calderwood
For the attention of: As Contact Point
W8 7NX London
UNITED KINGDOM
Telephone: +44 2073612217
E-mail: Hs-contracts@rbkc.gov.uk
Internet address(es):
General address of the contracting authority: www.rbkc.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 UKI11
The service will replace a number of standalone services, some of which are currently Council-run and some are provided through the voluntary sector, with a new, integrated model of provision delivered by an external provider. It will offer a wide range of flexible day and outreach services with the overall aims of promoting personalisation, recovery and social inclusion.
The services covered by this tender are currently provided by three organisations. All these arrangements will cease from the commencement date and as a consequence it is the Council’s view that TUPE will apply.
The current three services are compiled of:
A range of building based day services, offering drop-in facilities, activity, support and recovery groups and 1-1 support;
Bridge building and outreach services;
Volunteering and befriending opportunities; and.
Floating and support in the home.
The selected contractor will deliver the full range of day, outreach, home support, bridge-building and befriending functions, focused on recovery and social inclusion. This will include the delivery of a targeted BME service with a specific focus on service users from African and Caribbean and Arabic Speaking backgrounds.
Full details of the existing services and staff will be supplied with the tender documentation at the invitation to tender stage (ITT) to the short-listed providers at a later date.
Providers wishing to submit an expression of interest (EOI) for this opportunity should submit their enquiry to the point of contact detailed within this notice. The pre-qualifying questionnaire (PQQ) will then be dispatched together with further information and instructions.
85000000
Range: between 1 100 000 and 1 300 000 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: KPI’s (key performance indicators) upon award of the contract. In addition to the normal default provision, any extensions beyond the intial period of the contract is subject to satisfactory performance and at the Council’s sole discretion.
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.
As per pre qualifying questionnaire (PQQ) requirements and invitation to tender (ITT) documentation.
(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.
Minimum level(s) of standards possibly required: As per pre qualifying questionnaire (PQQ) requirements and invitation to tender (ITT) documentation. Minimum level(s) of standards possibly required as per pre qualifying questionnaire (PQQ) requirements and invitation to tender (ITT) documentation.
(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 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;
(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;
(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;
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(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;
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) With regard to the products to be supplied:
(i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests;
(ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards
Minimum level(s) of standards possibly required:
As per pre qualifying questionnaire (PQQ) requirements and invitation to tender (ITT) documentation. Minimum level(s) of standards possibly required as per pre qualifying questionnaire (PQQ) requirements and invitation to tender (ITT) documentation.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As per pre qualifying questionnaire (PQQ) requirements and invitation to tender (ITT) documentation.
The most economically advantageous tender in terms of the criteria stated below
Service delivery. Weighting 25
Service and change management. Weighting 20
Price. Weighting 20
Case management/processes. Weighting 15
Business drivers/business systems. Weighting 15
Added value. Weighting 5
Notice on a buyer profile
Notice number in the OJEU: 2011/S 43-071077 of 3.3.2011
Section VI: Complementary information
The Royal Borough of Kensington and Chelsea
The Town Hall, Hornton Street
W8 7NX London
UNITED KINGDOM