Specialist Housing Strategy For Older People (SHSOP) Programme – provision of care services
It is anticipated that the service provider will also be responsible for the delivery of facilities management services in the care homes which are ancillary to the care services.
UK-London: Health and social work services
2013/S 092-157021
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Westminster City Council
64 Victoria Street
Contact point(s): SHSOP Care Provider Procurement
For the attention of: Jesca Ackell
SW1E 6QP London
UNITED KINGDOM
Telephone: +44 2076414069
E-mail: shsopcaretender@westminster.gov.uk
Internet address(es):
General address of the contracting authority: http://www.westminster.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)
The contracting authority is purchasing on behalf of other contracting authorities: yes
NHS Central London Clinical Commissioning Group
15 Marylebone Road
NW1 5JD London
UNITED KINGDOM
NHS West London Clinical Commissioning Group
15 Marylebone Road
NW1 5JD London
UNITED KINGDOM
Section II: Object of the contract
Service category No 25: Health and social services
NUTS code UKI11
At the commencement of the contract period, which is anticipated to be 1 April 2014 the successful service provider will be required to deliver care services at residential homes at Carlton Dene and Westmead in the City of Westminster and nursing care services at continuing care homes at Athlone House, Garside House and Butterworth Centre in the City of Westminster and Princess Louise Kensington in the Royal Borough of Kensington & Chelsea. It is anticipated that the service required will also include respite care and step-down transition of nursing beds to prevent hospital admissions and reduce the length of stays in hospital.
It is anticipated that the service provider will also be responsible for the delivery of facilities management services in the care homes which are ancillary to the care services. It is anticipated that the facilities management services may include cleaning, sluicing, laundry services, reception services, security and repairs and maintenance. Information about this and the anticipated delivery arrangements are set out in the Initial Descriptive Document.
The Contracting Authority intends during the contract period to close Westmead and develop new premises in the north of the City of Westminster and at a later stage in the south of the City of Westminster. It also intends to modernise Athlone House, Garside House, Butterworth Centre, Westmead and Carlton Dene, subject to appropriateness and planning consent. The successful service provider will be expected to work with the Contracting Authority in preparation for the development / modernisation phase by inputting into the design of the premises and to ensure a successful transition of services to the modernised or new premises as appropriate. The successful service provider shall, as appropriate, provide an enhanced level of services post development / modernisation and as appropriate a flexible model of care in CQC dual registered facilities.
The Contracting Authority reserves the right to introduce the provision of rehabilitation services and extra care housing services during the contract period and alternative methods of service provision in the longer –term that align to local and national strategic directions and objectives.
Further information is provided in the Initial Descriptive Document which can be obtained with the Pre-Qualification Questionnaire (‘PQQ’) – refer to VI.3.
85000000, 85311000, 85312500, 85141200, 85144000, 85144100, 85311100, 79993100
Estimated value excluding VAT:
Range: between 190 400 000 and 267 900 000 GBP
Description of these options: It is anticipated that the contract term shall be 8 years and the contract will provide the Contracting Authority with a mechanism to extend the contract term for a period or periods of up to a further 8 years.
Section III: Legal, economic, financial and technical information
Minimum level(s) of standards possibly required: As set out in the PQQ.
As set out in the PQQ.
Minimum level(s) of standards possibly required:
As set out in the PQQ.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As set out in the PQQ.
Payable documents: no
Section VI: Complementary information
2. The estimated lower value of the contract in paragraph II.2.1 is based on the assumption of no change to bed base numbers and is subject to the increases/ changes as a result of the development/modernisation of premises agenda. The estimated higher value of the contract in paragraph II.2.1 is based on changes to bed base numbers as a result of the development/modernisation of premises.
3. The Contracting Authority’s needs and requirements will be defined in the descriptive document which shall be included with the Invitation to Participate in Dialogue. An Initial Descriptive Document can be obtained with the PQQ.
4. Discussion during the dialogue period will include:
– The service provider’s input into the design in relation to the first new site for development in the north of the City of Westminster. Site plans will be at an advanced stage at this point in time and the Contracting Authority will seek solutions in relation to internal design.
– A three variation points pricing model, (current services & sites, transition periods and post development/modernisation).
5. It is anticipated that the contract will commence on or around 1 April 2014.
6. The Contracting Authority reserves the right to abandon this procurement process at any stage following the publication of this notice and/or not to award any contract.
7. In order to express interest economic operators must complete and return the PQQ which is available on request from the contracting authority using the following email address shsopcaretender@westminster.gov.uk
8. All applicants are solely responsible for their costs and expenses incurred in connection with the preparation and submission of the PQQ and all future stages of the selection and evaluation process. Under no circumstances will the Contracting Authority or any of its advisers be liable for any costs or expenses borne by the applicant or its associated relevant organisations or any of its advisers in this process whether the applicant is successful or otherwise.
9. The Contracting Authority will be holding a Bidders’ Conference on 21 May 2013 from 9.30am to 12.30pm at the King’s Fund, 11-13 Cavendish Square, London W1G 0AN. The project team will outline the procurement approach and allay concerns that Applicants may have in relation to timescales and process.
10. To register your interest in attending the Bidders Conference, send an email to the project team at shsopcaretender@westminster.gov GO Reference: GO-2013510-PRO-4795633
High Court, Royal Courts of Justice
WC2A 2LL London
UNITED KINGDOM
VI.5)Date of dispatch of this notice:10.5.2013