Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
London Borough of Camden
London Borough of Camden, 5 Pancras Square
London
N1C 4AG
UK
Contact person: Mr David Walsh
Telephone: +44 2079743535
E-mail: david.walsh@camden.gov.uk
NUTS: UKI31
Internet address(es)
Main address: www.camden.gov.uk
Address of the buyer profile: http://www.camden.gov.uk
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
Long Term Care and Support and Reablement
Reference number: DN666921
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
The London Borough of Camden has awarded one geographically based long term and support contract and two reablement locality contracts. All three contracts are for 18 months, commencing on or around [insert date David], and fall within the first phase of a 5-year transformation project and will take place alongside a number of ‘test and learn’ approaches that explore new ways of supporting residents in their home; this will include specialist in-house options which will develop alongside the commissioned services. The contracts were let under Regulations 74 to 77 (Social and Other Specific Services) of the Public Contract
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
3 900 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Long Term Care - Central Neighbourhood
II.2.2) Additional CPV code(s)
85300000
98330000
98390000
II.2.3) Place of performance
NUTS code:
UKI31
II.2.4) Description of the procurement
The provision of care and support delivered in the home of Camden residents in the ‘Central Neighbourhood’ aged 18 and over who will draw on care and support on a longer term basis. The tender was let under the Social and Other Specific Services (Light Touch Regime) of the Public Contract Regulations 2015 which allowed the Council to design a flexible procedure provided that it complied with the principles of equal treatment and transparency.
A one-stage process was used where suppliers were required to submit responses to both Selection Criteria and Award Criteria. Following evaluation of the Selection Criteria, and after any tie break principles were applied as described in the published tender documents, the five highest scoring tenderers for Lot 1 were evaluated against the Award Criteria
II.2.5) Award criteria
Quality criterion: Implementation
/ Weighting: 6
Quality criterion: Staying Safe and Safeguarding
/ Weighting: pass/fail
Quality criterion: Promoting Independence and wellbeing
/ Weighting: 8
Quality criterion: Workforce recruitment and retention
/ Weighting: 8
Quality criterion: Neighbourhood and community connections
/ Weighting: 8
Quality criterion: Social value
/ Weighting: 10
Quality criterion: Performance management
/ Weighting: 6
Quality criterion: Resident marked question
/ Weighting: 6
Quality criterion: 9. Presentations: 4% and 4%
/ Weighting: 8
Price
/ Weighting:
40
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
Lot No: 2
II.2.1) Title
Reablement -North West
II.2.2) Additional CPV code(s)
85100000
85300000
II.2.3) Place of performance
NUTS code:
UKI31
II.2.4) Description of the procurement
The tender fell under the Light Touch Regime of the Public Contract Regulations 2015. This allows the Council to design its own procedure provided that it:
Compiles with the principles of equal treatment and transparency.
Carries out the procedure in conformity with the information included, and
Sets time limits that are reasonable and proportionate.
A one-stage process was used where suppliers were required to submit responses to both Selection Criteria (assessing technical capacity and experience) and Award Criteria (assessing proposals for delivering the service).
Following evaluation of the Selection Criteria, the five highest scoring tenderers had their Award Criteria evaluated.
The contract was awarded to the tenderer with the highest score (Award Criteria and Price) Rather Home ltd
They demonstrated a robust implementation plan with timescales, achievable milestones, staffing action plan, details of partnership development and provided a communication plan with key actions for each target audience. They also provided a proportionate and timely response to the safeguarding scenario including their process, organisational awareness, embedding learning, involving family and reporting practices. There was strong evidence of local recruitment and connections to the local community was provided. Furthermore, they demonstrated an understanding of strengths-based approaches with examples that substantiated their approach. Significant evidence of staff training was provided and an emphasis on the resident voice in managing quality.
II.2.5) Award criteria
Quality criterion: Implementation
/ Weighting: 6
Quality criterion: Staying Safe and Safeguarding -pass/fail
/ Weighting: pass/fail
Quality criterion: Promoting Independence and Wellbeing
/ Weighting: 8
Quality criterion: Workforce Recruitment and Retention
/ Weighting: 4
Quality criterion: Workforce recruitment and retention: Workforce competency and development
/ Weighting: 4
Quality criterion: Neighbourhood and community connections: Identifying key partners
/ Weighting: 4
Quality criterion: Neighbourhood and community connections: Developing key partnerships
/ Weighting: 4
Quality criterion: Social Value
/ Weighting: 10
Quality criterion: Managing quality
/ Weighting: 6
Quality criterion: Resident marked question
/ Weighting: 6
Quality criterion: Presentations
/ Weighting: 8
Price
/ Weighting:
40
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
Lot No: 3
II.2.1) Title
Reablement North East Neighbourhood
II.2.2) Additional CPV code(s)
85300000
II.2.3) Place of performance
NUTS code:
UKI31
II.2.4) Description of the procurement
The provision of care and support delivered in the home of Camden residents in the ‘North West Locality’ aged 18 years or over who would benefit from a reablement service. The tender was let under the Social and Other Specific Services (Light Touch Regime) of the Public Contract Regulations 2015, which allowed the Council to design a flexible procedure provided that it complied with the principles of equal treatment and transparency.
A one-stage process was used where suppliers were required to submit responses to both Selection Criteria and Award Criteria. Following evaluation of the Selection Criteria, and after any tie break principles were applied as described in the published tender documents, the five highest scoring tenderers for Lot 2 were evaluated against the Award Criteria. ,
II.2.5) Award criteria
Quality criterion: As for Lot 2
/ Weighting: 60
Price
/ Weighting:
40
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
2023/S 000-011887
Section V: Award of contract
Lot No: 1
Title: Long Term Care Central Neighbourhood
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
09/08/2023
V.2.2) Information about tenders
Number of tenders received: 31
Number of tenders received from SMEs: 31
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 28
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Rather Home Ltd
25 Queens Crescent
London
NW5 4EZ
UK
NUTS: UKI31
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 2 400 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Reablement North West Neighbourhood
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
09/08/2023
V.2.2) Information about tenders
Number of tenders received: 31
Number of tenders received from SMEs: 31
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 31
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Rather Home Ltd
25 Queens Crescent
London
NW5 4EZ
UK
NUTS: UKI31
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 750 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Title: Reablement North East Neighbourhood
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
09/08/2023
V.2.2) Information about tenders
Number of tenders received: 31
Number of tenders received from SMEs: 31
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 0
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Focus Care Link ltd
48 Kentish Town Road
London
NW5 2AB
UK
NUTS: UKI31
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 750 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
High Court, The Royal Courts of Justice
The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
15/09/2023