Contract notice

Information

Published

Expire date: 23/08/2021

External Reference: 2021-589246

FTS Reference: 2021-016265

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

London Borough of Camden
n/a
5 Pancras Square
London
N1C 4AG
UK
Contact person: Stephen Spencer
Telephone: +44 02079744444
NUTS code:  UKI -  LONDON
Internet address(es):
Main address: WWW.CAMDEN.GOV.UK

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=38494&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

Short breaks and other support services for disabled children, young people and their families
Reference number:  45056
II.1.2)

Main CPV code

85000000  -  Health and social work services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Short breaks and other support services for disabled children, young people and their families
II.1.5)

Estimated total value

Value excluding VAT: 4035000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Single Lot award or award of multiple Lots (1 to 3).
II.2)

Description

II.2.1)

Title

Early Years Support (0-5)
Lot No:  1
II.2.2)

Additional CPV code(s)

98000000  -  Other community, social and personal services
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
Main site or place of performance:  
London
II.2.4)

Description of the procurement

Children aged 0-5 years with special educational needs and disabilities (SEND) progress in their learning and development, including improving their communication and language skills
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: 1100000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 04/01/2022  /  End: 03/01/2027
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
II.2.14)

Additional information

Lot 1 will be evaluated by Council Officers with parents and carers contributing to the design of a case study. Parents and carers will participate in the evaluation scoring of the case study. The quality/price split is 60%/40%.
II.2)

Description

II.2.1)

Title

Group Based Support
Lot No:  2
II.2.2)

Additional CPV code(s)

98000000  -  Other community, social and personal services
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
Main site or place of performance:  
London
II.2.4)

Description of the procurement

This service will offer a combination of buddying and transitions support to improve independence and wellbeing for disabled children and young people aged 13 to 18 through a range of fun activities in the local community that builds social skills and resilience. See Specification for more detail.
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: 2055000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 04/01/2022  /  End: 03/01/2027
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
II.2.14)

Additional information

Lot 2 will be evaluated by Council Officers with young people submitting a tender question that should be responded using easy read material. The panel of young people will participate in the evaluation scoring of their tender question. The quality/price split is 60%/40%.
II.2)

Description

II.2.1)

Title

One to One Home and Community Based Support
Lot No:  3
II.2.2)

Additional CPV code(s)

98000000  -  Other community, social and personal services
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
Main site or place of performance:  
London
II.2.4)

Description of the procurement

The service will provide planned periods of 1:1 short breaks to families/carers of disabled children and young people aged 5-18. See Specification for more detail.
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: 880000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 04/01/2022  /  End: 03/01/2027
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
II.2.14)

Additional information

Lot 3 will be evaluated by Council Officers. The quality/price split is 60%/40%. The Services come under Chapter 3, Section 7 (Social and Other Specific Services) of the Public Contracts Regulations 2015. Under Regulation 76, the Council has decided to use the Open Procedure under the PCR light touch regime.

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:  Selection criteria as stated in the procurement tender documents
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Selection and Award criteria as stated in the procurement tender documents in EU Supply (WWW.EU-SUPPLY.COM)
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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 : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  23/08/2021
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:  31/01/2022
IV.2.7)

Conditions for opening of tenders

Date:  23/08/2021
Local time:  12:00
Place:  
Offices of London Borough of Camden
Information about authorised persons and opening procedure:  
All tender submissions will be opened electronically by Council Officers via EU Supply. Tender responses will not be opened before the expiration of the deadline.

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

The Services come under Chapter 3, Section 7 (Social and Other Specific Services) of the Public Contracts Regulations 2015. Under Regulation 76, the Council has decided to use the Open Procedure under the PCR light touch regime.
VI.4)

Procedures for review

VI.4.1)

Review body

Cabinet 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
EC4Y 1EU
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As set out in the contract for Services
VI.4.4)

Service from which information about the review procedure may be obtained

Cabinet Office
70 Whitehall
London
SW1A 2AS
UK