Contract notice

Information

Published

Date of dispatch of this notice: 08/02/2019

Expire date: 18/03/2019

External Reference: 2019-537094

TED Reference: 2019/S 031-069704

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

London Borough of Camden
n/a
5 Pancras Square
London
N1C 4AG
UK
Contact person: David Walsh
Telephone: +44 02079743535
Internet address(es):
Main address: https://camden.gov.uk

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=27249&B=LBCAMDEN
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Learning Disabilities Floating and Community Support
Reference number:  LDFS South Camden
II.1.2)

Main CPV code

85000000  -  Health and social work services
II.1.3)

Type of contract

Services
II.1.4)

Short description

On 12/09/2018 a Contract Notice (2018/S 175-397203 was published on OJEU seeking to award contracts for the provision of two Learning Disabilities Floating and Community Support contracts. Following the procurement, one of the contracts was awarded. Camden Council now seeks to award the remaining contract. The council has an innovative model of care in Camden for the health and care services that people receive in their home. A range of commissioned services is included within the scope of the model, which includes floating support for adults with a learning disability. In line with the Council’s commissioning strategy for the integrated service delivery model to support people in their home, the intention is to commission a new service model of floating support for adults with learning disabilities that delivers high quality support that focuses on strengths and assets, so people can live well in their own homes and their communities.
II.1.5)

Estimated total value

Value excluding VAT: 1071254.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

85000000  -  Health and social work services
85100000  -  Health services
85140000  -  Miscellaneous health services
85300000  -  Social work and related services
85310000  -  Social work services
85312000  -  Social work services without accommodation
85323000  -  Community health services
II.2.3)

Place of performance

Main site or place of performance:  
London Borough of Camden
II.2.4)

Description of the procurement

Camden Council is intending to award a contract for the provision of learning disabilities floating and community support in Camden South (Lot 2). The initial term will be for three years with the option to extend for a further two periods of one-year each. The Services come under Chapter 3, Section 7 (Social and Other Specific Services) of the Public Contracts Regulations 2015. Under Regulation 76, the Council may determine the procedure to be applied in connection with the award of the contracts. The process will be a two-stage process with evaluation against selection criteria (stage 1) and award criteria (stage 2). Full details are in the Instructions to Tenderers. Tenderers will be required to meet the minimum standards specified within the selection criteria and be ranked five or higher prior to their Tender being considered for evaluation against the award criteria. Camden Council expects its suppliers to pay staff delivering services on behalf of Camden Council the London Living Wage. The current rate is £10.55 per hour and increases are announced annually in November by the Living Wage Foundation. Camden Council will work with the successful Tenderer to develop an indexation mechanism to incorporate the impact of the yearly increase in the LLW, effective from the beginning of April in each year of the contract. The variation provisions in the contract will be used to make effective any increase in the Tender Price. An hourly ceiling rate of £18.00 for the provision of the Services has been included in this Tender. Tenderers cannot submit an Hourly Rate above this ceiling rate.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1071254.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Reference to the relevant law, regulation or administrative provision:
Providers shall be registered with the Care Quality Commission (CQC) for the duration of the contract period, although they will not be expected to routinely deliver CQC registered activity within the service. There may be cases where registered activity is included within services, for example where a support worker will be required to prompt and supervise (but not physically undertake) a personal care task.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
See selection criteria in tender documents. Minimum level of standards required.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
See selection criteria in tender documents. Minimum level of standards required.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

see tender documents

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  18/03/2019
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  11/07/2019
IV.2.7)

Conditions for opening of tenders

Date:  18/03/2019
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

Cabint Office
70 Whitehall
London
SW1A 2AS
UK

VI.4.2)

Body responsible for mediation procedures

Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street
London
EC4Y1EU
UK
Telephone: +44 2075366000
Internet address: http://www.cedr.com

VI.4.4)

Service from which information about the review procedure may be obtained

London Borough of Camden
5 Pancras Squre
London
N14AG
UK