Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Learning Disability Accommodation Framework (ROSE)

  • First published: 03 April 2023
  • Last modified: 03 April 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03b803
Published by:
London Borough of Wandsworth
Authority ID:
AA71885
Publication date:
03 April 2023
Deadline date:
11 May 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
85320000 Social services Social work and related services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
louisa.balfe@richmondandwandsworth.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.