Tender for Adult Social Care Services
The Council wishes to invite expressions of interest from providers who can evidence experience, quality and innovation in the provision and delivery of Adult Social Care Services.
United Kingdom-Bromley: Social work and related services
2013/S 225-392112
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
London Borough of Bromley
Civic Centre, Stockwell Close
For the attention of: Alicia Munday
BR1 3UH Bromley
UNITED KINGDOM
E-mail: alicia.munday@bromley.gov.uk
Internet address(es):
General address of the contracting authority: www.bromley.gov.uk
Electronic access to information: www.londontenders.org
Electronic submission of tenders and requests to participate: www.londontenders.org
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)
Social protection
Section II: Object of the contract
Service category No 25: Health and social services
NUTS code UKJ4
The service will be split into two lots as follows:
Lot 1 – Older People Services (Community Alarm and Response Services, Extra Care Housing Services & Reablement Services).
Lot 2 – Learning Disability Services (Respite, Supported living & Day Opportunities).
The tender opportunity will be run through the London Tenders Procurement Portal and you will need to register your company with the portal as soon as possible (if you have not already done so) at www.londontenders.org to ensure that you are able to express your interest in this tender and receive the relevant documents once they are available online.
Following evaluation of the PQQs a restricted number of providers will be invited to participate in a procedure based around a competitive dialogue procurement tender process providing an opportunity to work with the Council to champion new models for delivering these services in order to produce more cost effective outcome focused services for its residents. For providers invited to participate, this will initially entail an Invitation to Submit Outline Solutions (ISOS), after the assessment of which a reduced number of providers will be invited to Subit Detailed Proposals (ISDP). Following the subsequent dialogue, final tenders will be invited to establish preferred bidder(s). A more detailed anticipated timetable for the procedure can be found within the PQQ. The contract is likey to commence early 2015 or at such date to be determined by the Council.
Possible options for letting the contract may include:
a) One lead provider to deliver all the necessary care and support hours required across all these care settings for Older People and Learning Disabilities Services.
b) Two lead providers split by client group with one for the Older Peoples Services and one for Learning Disabilities Services.
c) Two lead providers for each client group if capacity is an issue or if there are risk management issues identified in the final specification from awarding the contract to just one provider.
85300000, 85310000, 85000000
Tenders may be submitted for one or more lots
The contract will be for an initial period of five years with the option to extend for a further period of up to two years at the Council’s discretion and subject to satisfactory performance by the provider(s).
Information about lots
Lot No: 1 Lot title: Older People Services
a) Community Alarm and Response Services;
b) Extra Care Housing Services;
c) Reablement Services.
85300000, 85310000, 85000000
a) Community Alarm and Response Services – GBP 525,500;
b) Extra Care Housing Services – GBP 1,038,877;
c) Reablement Services – GBP 567,980.
Please note that these figures are indicative only and the Council does not guarantee a similar level of spend in the future.
a) Respite;
b) Supported living;
c) Day Opportunities.
85300000, 85310000, 85000000
a) Respite – GBP 709,310;
b) Supported living – GBP 1,673,820;
c) Day Opportunities – GBP 2,169,410.
Please note that these figures are indicative only and the Council does not guarantee a similar level of spend in the future.
Section III: Legal, economic, financial and technical information
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.
(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.
(a) A list of the works carried out over the past five 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 three 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.
Section IV: Procedure
Section VI: Complementary information
Evaluation of the tender will be based on the CIPFA standing guide to the commissioning of local authority work and services tender evaluation model and in full compliance with EU Directives, the Council’s Contract Procedure Rules and in accordance with the stated criteria.
Tenderers should note that the evaluation of the above criteria for Quality issues etc will also include the operation of minimum score thresholds. If the Tenderer’s proposal receives a score below the required threshold then the bid may not be considered further. (The minimum acceptable score is a requirement to obtain at least half of the available points in any particular area).
The Council works closely with a number of its surrounding local authorities on procurement activity and is a member of the South East London Procurement Group (comprising of the London Boroughs of Bromley, Bexley, Lewisham, Greenwich, Lambeth and Southwark). In addition to the partner organisation identified above, in appropriate circumstances and in compliance with any legal and regulatory requirement, the opportunity for services to be provided through this contract may also be offered to members of this organisation and who may have similar usage volumes.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=79868695
GO Reference: GO-20131118-PRO-5273053
London Borough of Bromley
Civic Centre, Stockwell Close
BR1 3UH Bromley
UNITED KINGDOM
E-mail: mark.bowen@bromley.gov.uk
Body responsible for mediation procedures
DRS-CIArb on behalf of the Chartered Institute of Arbitrators
12 Bloomsbury Square
WC1A 2LP London
UNITED KINGDOM
E-mail: padre@bipsolutions.com
Telephone: +44 8452707055
Internet address: http://www.bipsolutions.com/
London Borough of Bromley
Civic Centre, Stockwell Close
BR1 3UH Bromley
UNITED KINGDOM
Telephone: +44 2083134639
VI.5)Date of dispatch of this notice:18.11.2013