Contract notice
Section I: Contracting
authority
I.1) Name and addresses
London Borough of Wandsworth
Town Hall, Wandsworth High Street
London
SW18 2PU
UK
Contact person: Louisa Balfe
Telephone: +44 2088917655
E-mail: louisa.balfe@richmondandwandsworth.gov.uk
NUTS: UKI34
Internet address(es)
Main address: https://www.wandsworth.gov.uk
Address of the buyer profile: https://www.wandsworth.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Social-services./U8D7892D76
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.wandsworth.gov.uk
Tenders or requests to participate must be sent 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 Disability Accommodation Framework (ROSE)
Reference number: CPT2271
II.1.2) Main CPV code
85320000
II.1.3) Type of contract
Services
II.1.4) Short description
London Boroughs of Richmond and Wandsworth (the "Councils") intend to set up a framework agreement for the provision of Residential, Outreach, Supported Living and Emergency (ROSE) Accommodation-based services across Richmond and Wandsworth. The framework agreement will have four (4) Lots covering the services above. The framework agreement will commence from 1st September 2023. The total value of the framework is estimated to be £15.66m per annum with a total contract value of £125,308,336 inclusive of mini-competition opportunities over 8 years. Please see tender pack for further details.
II.1.5) Estimated total value
Value excluding VAT:
125 308 336.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
1 to 4.
II.2) Description
Lot No: 1
II.2.1) Title
Residential Care
II.2.2) Additional CPV code(s)
85320000
II.2.3) Place of performance
NUTS code:
UKI34
Main site or place of performance:
Wandsworth
II.2.4) Description of the procurement
Residential care provides accommodation alongside care and support which is person centre-centred and strengths-based. Residential Care Services should support people to have independence, choice, and control over their life, in accordance with their care and support plan. Residential Care Services must be registered with the Care Quality Commission. Residential Care Services will operate in identified locations, for 24 hours a day, 7 days a week, and 365-days per year, including weekends and public holidays. Service Users will meet the Authorities’ eligibility criteria, in that each Service User will have identified care and support needs within the eligibility criteria defined in the Care Act 2014. For more information regarding the Council’s commissioning requirement, please see the tender documentation pack.
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:
43 603 360.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
As set out in tender documents.
II.2.9) Information about the limits on the number of candidates to be invited
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
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/U8D7892D76 or use Access Code: U8D7892D76.
Lot No: 2
II.2.1) Title
Outreach
II.2.2) Additional CPV code(s)
85320000
II.2.3) Place of performance
NUTS code:
UKI34
Main site or place of performance:
Wandsworth
II.2.4) Description of the procurement
Outreach Services are intended for adults with learning disabilities and/or autism who are either living in their own homes or living with family or carers. Outreach Services are designed to support individuals to maintain and develop maximum levels of independence within their accommodation and in the community. The support varies in its intensity and duration. For more information regarding the Council’s commissioning requirement, please see the tender documentation pack.
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:
9 335 656.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
As set out in tender documents.
II.2.9) Information about the limits on the number of candidates to be invited
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
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/96AZ9N3J3W or use Access Code: 96AZ9N3J3W.
Lot No: 3
II.2.1) Title
Supported Living
II.2.2) Additional CPV code(s)
85320000
II.2.3) Place of performance
NUTS code:
UKI34
Main site or place of performance:
Wandsworth
II.2.4) Description of the procurement
Supported living is a person-centred and strengths-based approach to housing and care and support services. It is based on a Service User having a tenancy or license agreement offering the right to remain in their own home. It can mean living in shared accommodation, in specialist housing, or living alone with care and support. For more information regarding the Council’s commissioning requirement, please see the tender documentation pack.
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:
70 249 176.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
As set out in tender documents.
II.2.9) Information about the limits on the number of candidates to be invited
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
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/3DU59TZ7WV or use Access Code: 3DU59TZ7WV.
Lot No: 4
II.2.1) Title
Emergency Placements
II.2.2) Additional CPV code(s)
85320000
II.2.3) Place of performance
NUTS code:
UKI34
Main site or place of performance:
Wandsworth
II.2.4) Description of the procurement
Emergency placements are required, often at short notice and on a short-term basis (for up to 12 weeks) for adults with a learning disability and/or autism who are experiencing crisis because their regular support mechanisms have been disrupted. For more information regarding the Council’s commissioning requirement, please see the tender documentation pack.
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:
2 120 144.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
As set out in tender documents.
II.2.9) Information about the limits on the number of candidates to be invited
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
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/88YUDWC853 or use Access Code: 88YUDWC853.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Information about 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:
11/05/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
11/05/2023
Local time: 12:01
Place:
Wandsworth
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 contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
<a href="https://www.delta-esourcing.com/tenders/UK-UK-London:-Social-services./U8D7892D76" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-London:-Social-services./U8D7892D76</a>
To respond to this opportunity, please click here:
<a href="https://www.delta-esourcing.com/respond/U8D7892D76" target="_blank">https://www.delta-esourcing.com/respond/U8D7892D76</a>
GO Reference: GO-2023331-PRO-22445743
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts
Royal High Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
Cabinet Office
Centre for Effective Dispute Resolution, 70 Whitehall
London
SW1 2AS
UK
Telephone: +44 2072761234
VI.5) Date of dispatch of this notice
31/03/2023