Notice Information
Notice Title
DYNAMIC PURCHASING VEHICLE FOR RESIDENTIAL AND NURSING SERVICES FOR OLDER PEOPLE IN THE LONDON BOROUGH OF REDBRIDGE
Notice Description
The Council of the London Borough of Redbridge ("the Authority") is seeking Tenders from suitably experienced and qualified organisations for the Dynamic Purchasing Vehicle for Residential and Nursing Services for Older People in the London Borough of Redbridge ("the DPV"). The DPV shall commence on 5th August 2024 and, shall continue up to and including 4th August 2034. The Authority is seeking to appoint multiple providers who can deliver good quality, safe, care and support well-suited and tailored to the Service User within a comfortable environment. To ensure that the care home facility provides where applicable: Residential standard and enhanced, Nursing, Continuing Health Care, Respite care, End of life care, working with people with advanced dementia and complex needs.
Lot Information
Lot 1
The Council of the London Borough of Redbridge ("the Authority") is seeking Tenders from suitably experienced and qualified organisations for the Dynamic Purchasing Vehicle for Residential and Nursing Services for Older People in the London Borough of Redbridge ("the DPV"). The DPV shall commence on 5th August 2024 and, shall continue up to and including 4th August 2034. The Authority is seeking to appoint multiple providers who can deliver good quality, safe, care and support well-suited and tailored to the Service User within a comfortable environment. To ensure that the care home facility provides where applicable: Residential standard and enhanced, Nursing, Continuing Health Care, Respite care, End of life care, working with people with advanced dementia and complex needs. Dynamic Purchasing Vehicle Evaluation Criteria: Organisations shall be experienced in providing similar services and shall also be required, as part of their Tender, to complete a Selection Questionnaire containing information about their economic and financial standing, technical capability and other general information. This information will be assessed to establish that the organisation is financially viable and technically capable of undertaking a service of the nature covered by the DPV. Also, as a pre-condition to their Tenders being evaluated, organisations will have to satisfy the mandatory and discretionary grounds for exclusion contained in the Selection Questionnaire. The Authority carries out financial appraisals of all organisations that Tender for the Authority's contracts to ensure that such organisations satisfy the Authority's minimum standards of economic and financial standing. In this instance the Authority has set the following financial threshold for the Contract: For organisations with an annual turnover of PS25,000 or less a statement of cashflow forecast for the current year will be required. In addition, a letter will need to be provided from the bank outlining the current cash and credit position of the organisation. All organisations with an annual turnover above PS25,000 will be financially assessed as described in Appendix 3: SQ Explanatory Document that forms part of the Invitation to Tender documentation. The Authority retains discretion to exclude any organisation that fails to meet this standard. Subject to satisfying the requirements of the Selection Questionnaire, appointment to the DPV shall be based on the most economically advantageous Tenders received from those organisations that submit a Tender. Such Tenders shall be evaluated in accordance with the following Evaluation Criteria: - * Quality 60% * Price 40% A full breakdown of the Evaluation Criteria is contained in the Tender Documents. Award of Call-Off Contracts: Organisations are advised that whilst it is the intention of the Authority to utilise the DPV as the primary source of services, the Authority reserves the right to obtain the service from alternative sources should this represent best value. Further, appointment of an organisation to the DPV on does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the DPV Period. All Call-Off Contracts shall be awarded in accordance with the procedures detailed in the Tender Documents the Specification and the Conditions of Contract. Organisations shall be aware that any Call-Off Contract awarded prior to the expiration of the DPV may continue beyond the expiration of the DPV Period. In such circumstances the organisation will be bound by the terms of the DPV and the Call-Off Contract, including but not limited to with regard to the price for the Call-Off Contract, until such time as the Call-Off Contract expires or is terminated by the Authority. As part of the flexibility allowed under the Public Contract Regulations 2015, Regulations 74 to 76 "light touch, the Authority reserves the right to re-open the Dynamic Purchasing Vehicle throughout its duration.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-046d90
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/017409-2024
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85311000 - Social work services with accommodation
Notice Value(s)
- Tender Value
- £107,000,000 £100M-£1B
- Lots Value
- £107,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 5 Jun 20241 years ago
- Submission Deadline
- 8 Jul 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 4 Aug 2024 - 4 Aug 2034 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LONDON BOROUGH OF REDBRIDGE
- Contact Name
- Mr Stephen Potter
- Contact Email
- stephen.potter@walthamforest.gov.uk
- Contact Phone
- +44 2087083085
Buyer Location
- Locality
- ILFORD
- Postcode
- IG1 1NY
- Post Town
- Ilford
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI5 Outer London - East and North East
- Small Region (ITL 3)
- TLI53 Redbridge and Waltham Forest
- Delivery Location
- TLI53 Redbridge and Waltham Forest
-
- Local Authority
- Redbridge
- Electoral Ward
- Ilford Town
- Westminster Constituency
- Ilford South
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-046d90-2024-06-05T12:25:07+01:00",
"date": "2024-06-05T12:25:07+01:00",
"ocid": "ocds-h6vhtk-046d90",
"initiationType": "tender",
"tender": {
"id": "DN726913",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "DYNAMIC PURCHASING VEHICLE FOR RESIDENTIAL AND NURSING SERVICES FOR OLDER PEOPLE IN THE LONDON BOROUGH OF REDBRIDGE",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "85311000",
"description": "Social work services with accommodation"
},
"mainProcurementCategory": "services",
"description": "The Council of the London Borough of Redbridge (\"the Authority\") is seeking Tenders from suitably experienced and qualified organisations for the Dynamic Purchasing Vehicle for Residential and Nursing Services for Older People in the London Borough of Redbridge (\"the DPV\"). The DPV shall commence on 5th August 2024 and, shall continue up to and including 4th August 2034. The Authority is seeking to appoint multiple providers who can deliver good quality, safe, care and support well-suited and tailored to the Service User within a comfortable environment. To ensure that the care home facility provides where applicable: Residential standard and enhanced, Nursing, Continuing Health Care, Respite care, End of life care, working with people with advanced dementia and complex needs.",
"value": {
"amount": 107000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Council of the London Borough of Redbridge (\"the Authority\") is seeking Tenders from suitably experienced and qualified organisations for the Dynamic Purchasing Vehicle for Residential and Nursing Services for Older People in the London Borough of Redbridge (\"the DPV\"). The DPV shall commence on 5th August 2024 and, shall continue up to and including 4th August 2034. The Authority is seeking to appoint multiple providers who can deliver good quality, safe, care and support well-suited and tailored to the Service User within a comfortable environment. To ensure that the care home facility provides where applicable: Residential standard and enhanced, Nursing, Continuing Health Care, Respite care, End of life care, working with people with advanced dementia and complex needs. Dynamic Purchasing Vehicle Evaluation Criteria: Organisations shall be experienced in providing similar services and shall also be required, as part of their Tender, to complete a Selection Questionnaire containing information about their economic and financial standing, technical capability and other general information. This information will be assessed to establish that the organisation is financially viable and technically capable of undertaking a service of the nature covered by the DPV. Also, as a pre-condition to their Tenders being evaluated, organisations will have to satisfy the mandatory and discretionary grounds for exclusion contained in the Selection Questionnaire. The Authority carries out financial appraisals of all organisations that Tender for the Authority's contracts to ensure that such organisations satisfy the Authority's minimum standards of economic and financial standing. In this instance the Authority has set the following financial threshold for the Contract: For organisations with an annual turnover of PS25,000 or less a statement of cashflow forecast for the current year will be required. In addition, a letter will need to be provided from the bank outlining the current cash and credit position of the organisation. All organisations with an annual turnover above PS25,000 will be financially assessed as described in Appendix 3: SQ Explanatory Document that forms part of the Invitation to Tender documentation. The Authority retains discretion to exclude any organisation that fails to meet this standard. Subject to satisfying the requirements of the Selection Questionnaire, appointment to the DPV shall be based on the most economically advantageous Tenders received from those organisations that submit a Tender. Such Tenders shall be evaluated in accordance with the following Evaluation Criteria: - * Quality 60% * Price 40% A full breakdown of the Evaluation Criteria is contained in the Tender Documents. Award of Call-Off Contracts: Organisations are advised that whilst it is the intention of the Authority to utilise the DPV as the primary source of services, the Authority reserves the right to obtain the service from alternative sources should this represent best value. Further, appointment of an organisation to the DPV on does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the DPV Period. All Call-Off Contracts shall be awarded in accordance with the procedures detailed in the Tender Documents the Specification and the Conditions of Contract. Organisations shall be aware that any Call-Off Contract awarded prior to the expiration of the DPV may continue beyond the expiration of the DPV Period. In such circumstances the organisation will be bound by the terms of the DPV and the Call-Off Contract, including but not limited to with regard to the price for the Call-Off Contract, until such time as the Call-Off Contract expires or is terminated by the Authority. As part of the flexibility allowed under the Public Contract Regulations 2015, Regulations 74 to 76 \"light touch, the Authority reserves the right to re-open the Dynamic Purchasing Vehicle throughout its duration.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 107000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2024-08-05T00:00:00+01:00",
"endDate": "2034-08-04T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKI53"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-07-08T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2024-07-08T12:00:00+01:00"
},
"bidOpening": {
"date": "2024-07-08T12:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "The Contract is being procured in accordance with the Public Contract Regulations 2015 . The contracting Authority will incorporate a minimum ten (10) day calendar day standstill period at the point of information on the award of the contract is communicated to tenderers. This period allows successful tenderers to seek further de-briefing from the contracting authority before the contract is entered into. Additional information should be requested from the contact in Section 1.1. If an appeal regarding the award of contract has not been successfully resolved the Public Contracts Regulations 2015 (S1 2015 No 102) provide for aggrieved parties who have been harmed or at risk of harm by breach of the rules to take action in the High Court (England and Wales)."
},
"parties": [
{
"id": "GB-FTS-20591",
"name": "London Borough of Redbridge",
"identifier": {
"legalName": "London Borough of Redbridge"
},
"address": {
"streetAddress": "London Borough of Redbridge, Lynton House, 255-259, High Road,",
"locality": "Ilford",
"region": "UKI53",
"postalCode": "IG1 1NY",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Stephen Potter",
"telephone": "+44 2087083085",
"email": "Stephen.potter@walthamforest.gov.uk",
"url": "https://procontract.due-north"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.redbridge.gov.uk/",
"buyerProfile": "https://www.redbridge.gov.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-115306",
"name": "High Court of England and Wales High Court of Justice",
"identifier": {
"legalName": "High Court of England and Wales High Court of Justice"
},
"address": {
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-20591",
"name": "London Borough of Redbridge"
},
"language": "en"
}