Section one: Contracting authority
one.1) Name and addresses
London Borough of Bromley
Bromley Civic Centre, Stockwell Close
Bromley
BR1 3UH
Country
United Kingdom
NUTS code
UKI61 - Bromley
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procurement.du-north.com/Advert/Index?advertld=8cc3ceab-10c0-e-911-8018-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procurement.du-north.com/Advert/Index?advertld=8cc3ceab-10c0-e-911-8018-005056b64545
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Domiciliary Care Lead Patch Provider Framework
Reference number
DN526558
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of a full range Domiciliary Care Services for adults, older people and children in Bromley. The borough will be divided into four geographical locations based on postcode with Lead 'Patch' providers appointed to each locality.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKI61 - Bromley
- UKJ4 - Kent
two.2.4) Description of the procurement
The London Borough of Bromley ("the Council") is inviting tenders for the provision of Domiciliary Care services for residents of Bromley. All applications must be made the London tenders portal only and not to the contact details contained in this notice.
two.2.6) Estimated value
Value excluding VAT: £110,000,000
two.2.7) Duration of the contract or the framework agreement
Start date
28 August 2021
End date
27 August 2026
two.2.14) Additional information
There is an option to extend at the Council's discretion for a period of 3 years from 28.8.2026 to 27.8.2029.
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.1.11) Main features of the award procedure
Selection criteria as stated in the Procurement Documents.
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 March 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.3) Additional information
Evaluation of the tender will be based on the CIPFA standing guide and in full compliance with the Public Contract Regulations 2015, the Council's Contract Procedure Rules and stated criteria,
Evaluation of the criteria for quality issues, etc will also include the operation of minimum score thresholds. If a proposal receives a score below the required threshold then the bid may not be considered further. The minimum acceptable score is a requirement to obtain at least half of the available points in any particular area. An indicative use of this model can be downloaded from the Council's website.
The Council may make use of the contact for further negotiated arrangements to the extent permissible and in compliance with the relevant procurement regulations. Prospective contractors are advised that the documents issued at this time in conjunction with the OJEU Tender Notice may be supplemented and/or amended as provided for in Regulation 53(6) of the Public Contract Regulations 2015
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand, Holborn
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
The Strand, Holborn
London
WC2A 2LL
Country
United Kingdom