Contract notice
Section I: Contracting
authority
I.1) Name and addresses
London Borough of Croydon
Bernard Weatherill House, 8 Mint Walk
Croydon
CR0 1EA
UK
Contact person: Mrs Natalie White
Telephone: +44 2087266000
E-mail: procurement@croydon.gov.uk
NUTS: UKI62
Internet address(es)
Main address: http://www.croydon.gov.uk
Address of the buyer profile: http://www.croydon.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:
www.londontenders.org
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.londontenders.org
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
Dynamic Purchasing System (DPS) for Health and Social Care. DPS 3 — Independent Living Services
Reference number: DN434334
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
The London Borough of Croydon is seeking providers with relevant experience to tender to join a dynamic purchasing system (DPS) to supply independent living services.
The dynamic purchasing system (DPS) model provides flexibility both for the Council and providers as new suppliers can, having met the exclusion and selection criteria, join the DPS throughout its duration.
The Council will allow access to the DPS to its health partners in Croydon including the:
— Croydon One Alliance,
— Croydon Clinical Commissioning Group (CCG),
— Croydon Health Services (CHS),
— Croydon National Health Services (NHS Trust),
— South London and Maudsley Hospital (SLaM).
The Council is procuring this DPS under the light touch regime and is adapting it to enable it to procure the services it requires. Please see the additional information of the notice.
All elements of this tender will be managed online via the London Tenders Portal (www.londontenders.org).
II.1.5) Estimated total value
Value excluding VAT:
380 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Supported Living Services
II.2.2) Additional CPV code(s)
85312200
85312400
II.2.3) Place of performance
NUTS code:
UKI62
II.2.4) Description of the procurement
Lot 1: supported living:
Provision of care quality commission (CQC) regulated and non-CQC regulated adult supported living placements for the London Borough of Croydon. This specification describes the minimum requirements and standards for delivering any part of the services.
Supported living is a person-centred approach to housing and care and support services. It is based on service users (people) having a tenancy or license agreement offering the right to remain in their own home and change their support provider if they wish or where the Council commissions a different support provider. It can mean living in shared accommodation or living alone with care and support. The key characteristics of supported living are:
— separation of the provision of housing from care and support,
— the landlord issues a tenancy or license agreement,
— the service users are eligible for care services from the Council and have a care package,
— CQC registration as home care where personal care is provided, including the prompting and supervision of personal care activities.
Providers can apply for 1 or more service categories (sub-lots) for supported living.
The service categories for Lot 1 are as follows:
1) Mental health;
2) Learning disabilities;
3) Physical disabilities;
4) Autism;
5) Challenging behaviour.
Further information can be obtained via the specification available with the tender documentation.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60 %
Price
/ Weighting:
40 %
II.2.6) Estimated value
Value excluding VAT:
200 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: Yes
Description of renewals:
Initial term of 5 years, followed by 5 periods of 12 months totalling a maximum of 10 years (5 + 1 + 1 + 1 + 1 + 1).
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
See VI.3) for additional information.
Lot No: 2
II.2.1) Title
Housing Related Support
II.2.2) Additional CPV code(s)
85311200
85312200
85312400
II.2.3) Place of performance
NUTS code:
UKI62
II.2.4) Description of the procurement
Lot 2: Housing Related Support.
Supported Housing can be delivered as visiting support or can be accommodation based. Where it is accommodation based, it can be designated as ‘Supported Exempt Accommodation’ as such housing benefit can paid at an enhanced rate to cover the intensive housing management necessary to support these vulnerable people.
This lot also includes floating support services. Floating/flexible support services are housing related support services delivered to people in their own homes. The support is not linked to the accommodation so when the support is no longer required it can be moved to another service user.
Providers can apply for 1 or more service categories (sub-lots) for Housing Related Support.
The service categories for Lot 2 are as follows:
1) Single homeless, ex-offenders and rough sleepers;
2) Women who have experienced or are at risk of domestic abuse and sexual violence;
3) Single homeless with experience of psychological trauma, complex mental health issues, alcohol and drug misuse, and/or neuro-developmental disorders and/or physical disabilities;
4) Adults who require longer term accommodation based support services (mainly older people);
5) Floating support.
Further information can be obtained via the specification available with the tender documentation.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60 %
Price
/ Weighting:
40 %
II.2.6) Estimated value
Value excluding VAT:
100 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: Yes
Description of renewals:
Initial term of 5 years, followed by 5 periods of 12 months totalling a maximum of 10 years (5 + 1 + 1 + 1 + 1 + 1).
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
See VI.3) for additional information.
Lot No: 3
II.2.1) Title
Young People’s Services Semi-Independent and Supported Accommodation
II.2.2) Additional CPV code(s)
85311300
85312200
85312310
85312400
II.2.3) Place of performance
NUTS code:
UKI62
II.2.4) Description of the procurement
Lot 3: Semi-independent accommodation for young people aged 16-25 in the London Borough of Croydon.
The service will enable young people who have either been ‘In Care’ or are deemed vulnerable because of their previous life experiences, to succeed in their transition to adulthood.
The specification seeks to define the core requirements that are common to a range of services, each providing different levels of person-centred support, ranging from early intervention/short term accommodation, to 24 hour staffed accommodation, to varying levels of outreach support that enables the young person to sustain their own tenancy.
The London Borough of Croydon is looking to work with service providers, who can demonstrate both the experience and expertise in providing person centred support to young individuals or groups of individuals, in 1 or more than 1 of the following service areas:
1) Emergency/short term supported accommodation: to enable the young person to return to live within their family home or to provide an interim solution;
2) Semi-independent 24 hour staffed accommodation for 16-18 years old: in small group living arrangements for a maximum of 6 young people;
3) Semi-independent accommodation for Care leavers 18-25: with allocated support (not 24 hour) in group living environments;
4) Group or independent accommodation for young people aged 18-25 whose needs may require additional specialist support: primarily but not exclusively associated with mental ill-health, substance misuse, criminal behaviour, learning disability and/or autistic spectrum;
5) Single gender group living schemes: for young people aged 16+ at risk of criminal exploitation;
6) Training flats for care leavers aged 18+: to trial living independently prior to a permanent move;
7) Outreach support: to facilitate and sustain the move for young people aged 18-25 to independent accommodation;
8) Other types of semi-independent accommodation services: that may be required and that will be specified at call-off stage.
Further information can be obtained via the specification available with the tender documentation.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60 %
Price
/ Weighting:
40 %
II.2.6) Estimated value
Value excluding VAT:
80 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: Yes
Description of renewals:
Initial term of 5 years, followed by 5 periods of 12 months totalling a maximum of 10 years (5 + 1 + 1 + 1 + 1 + 1).
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
See VI.3) for additional information.
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:
Specific requirements are applicable as stated in the procurement 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
DPS agreement and call-off terms and conditions.
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
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:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
06/11/2019
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
01/10/2019
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: 12 (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 Council reserves the right, subject to the provisions of the Public Contracts Regulations 2015 to change without notice the basis of any part of the procurement process or to cancel the procurement at any time and not proceed with the award of any contract at any stage of the procurement process.
The Council has identified that the proposed service provision falls within the scope of ‘social and other specific services’ set out within Schedule 3 of the Public Contracts Regulations 2015 (Regulations). Consequently, the so-called light touch regime will apply to this procurement.
The Council is orientating this procurement towards an adapted restricted procedure as described in Regulation 28 of the Regulations but using a ‘light touch’ approach. The Council does not hold itself bound by the regulations except to the extent that they apply to the light touch regime as set out in Regulations 74 to 76 of the Regulations.
The following contracting authorities may purchase services through this DPS:
— Croydon Council,
— Croydon One Alliance,
— Croydon Clinical Commissioning Group (CCG),
— Croydon Health Services (CHS),
— Croydon National Health Services (NHS Trust),
— South London and Maudsley Hospital (SLaM).
If you wish to register an interest in this contract please register your company free of charge via https://www.londontenders.org (supplier area).
Await acceptance.
You will receive an email confirming your username and password.
Use your username and password to log onto the London tenders portal and register your interest in this contract.
Shortly after you have registered your interest you will receive a second email containing a link to access the tender documents.
All questions and queries regarding the procurement must be posted via the London tenders portal.
Tender responses may be submitted at any time before the closing date.
The DPS is not a full DPS as defined under the Public Procurement Regulations 2015 but is a modified version procured under the ‘Light Touch’ regime.
Providers must meet the minimum required selection criteria for entry onto the DPS and maintain the requisite criteria throughout the DPS agreement period.
After the initial tranche of providers have been registered on the DPS, subsequent applicants will be notified of the outcome of their applications by the end of the month following the month in which their submission was made, once the DPS is reopened.
The Council will reopen and close the DPS at its sole discretion, either by lot or by service category (sub-lots).
The Council will call off services from the DPS either by mini-competition or by direct award. For direct award the award criteria will either be based on the rankings by quality and price as submitted by each provider for the relevant lot and service category at admission on the DPS or based on rankings by price only.
The Council will call off services for individual placements as well as for volume contracts.
The Council will set out the award evaluation criteria for the call-off stage in the further competition documents.
The Council will rank providers under each lot and call-off services by direct award — by offering the individual placement/s to the rank one provider first.
VI.4) Procedures for review
VI.4.1) Review body
HM Courts and Tribunal Service Tribunal Service
Royal Courts of Justice, The Strand
London
WC2A
UK
Telephone: +44 2079476000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Review procedures are as set out in the Public Contract Regulations 2015 and are time limited. Any proceedings must be brought in the High Court of England and Wales.
VI.4.4) Service from which information about the review procedure may be obtained
HM Courts and Tribunal Service Tribunal Service
Royal Courts of Justice, The Strand
London
WC2A
UK
Telephone: +44 2079476000
VI.5) Date of dispatch of this notice
26/09/2019