Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Procurement Assist Limited c/o Integrated Facilities Management Bolton Ltd (iFM Bolton)
Royal Bolton Hospital, Minerva Road, Farnworth
Bolton
BL4 0JR
UK
Telephone: +44 3301281336
E-mail: tenders@procurementassist.co.uk
NUTS: UK
Internet address(es)
Main address: http://www.boltonft.nhs.uk/about-us/trust-profile/ifm-bolton/
Address of the buyer profile: http://www.procurementassist.co.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://www.delta-esourcing.com/tenders/UK-UK-Bolton:-Health-and-social-work-services./9PCT5YZBE3
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Health and Social Work Services
Reference number: PA MS 02
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
PA invites organisations to participate in a 60-month DPS for the provision of Health and Social Work Services. The DPS will be accessible by all current and future Clients of PA. The DPS may be used by all NHS Trusts, Social Housing Providers, Local Authorities, Blue Light Services, Education and Charities.
Clients may specify different types of Health and Social Work Services. These may be specific, or a combination of different types of services. The DPS requires relevant qualified service providers to provide services, in one, or multiples of the following:
Category 1 – Adult Social Care
Category 2 – Child and Young Persons Social Care
Category 3 – Adult, Child and Young Persons Social Care
The services required under each category may include, but are are not limited to,
•Community, social and personal services
•Guidance and counselling services
•Psychiatrist and psychologist services
•Persons affected by crime of all ages
Procurement Assist is publishing this Notice of Amendment made pursuant to the original Notice 2022/S 000-018972 to extend the DPS to 31 May 2029. The remaining information in relation to this DPS is unchanged.
II.1.5) Estimated total value
Value excluding VAT:
300 000 000.00
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
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement
PA invites organisations to participate in a 60-month DPS for the provision of Health and Social Work Services. The DPS will be accessible by all current and future Clients of PA. The DPS may be used by all NHS Trusts, Social Housing Providers, Local Authorities, Blue Light Services, Education and Charities.
Clients may specify different types of Health and Social Work Services. These may be specific, or a combination of different types of services. The DPS requires relevant qualified service providers to provide services, in one, or multiples of the following:
Category 1 – Adult Social Care
Category 2 – Child and Young Persons Social Care
Category 3 – Adult, Child and Young Persons Social Care
The services required under each category may include, but are are not limited to,
•Community, social and personal services
•Guidance and counselling services
•Psychiatrist and psychologist services
•Persons affected by crime of all ages
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:
300 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
31/05/2029
This contract is subject to renewal: Yes
Description of renewals:
Procurement Assist are extending the active period of the DPS to 31 May 2029. The DPS will be reviewed on an annual basis for amendment, further extension, termination or to re-procure.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
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/9PCT5YZBE3
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
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-018972
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
31/05/2029
Local time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
01/06/2029
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: 60 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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:
https://www.delta-esourcing.com/tenders/UK-UK-Bolton:-Health-and-social-work-services./9PCT5YZBE3
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9PCT5YZBE3
GO Reference: GO-2025114-PRO-29122607
VI.4) Procedures for review
VI.4.1) Review body
The High Court
Royal Court of Justice, London
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
The High Court
Royal Court of justice, London
London
WC2A 2LL
UK
VI.4.4) Service from which information about the review procedure may be obtained
The High Court
Royal Court of Justice, London
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
14/01/2025