Section one: Contracting authority
one.1) Name and addresses
The Mayor and Commonalty and Citizens of the City of London
City of London Corporation, Guildhall, PO Box 270
London
EC2P 2EJ
Chris.mulhall@cityoflondon.gov.uk
Telephone
+44 2076063030
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
https://www.cityoflondon.gov.uk
Buyer's address
https://www.capitalesourcing.com
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.capitalesourcing.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.capitalesourcing.com
Tenders or requests to participate must be submitted to the above-mentioned address
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
The Provision of Home Care and Reablement Services
Reference number
prj_COL_19708
two.1.2) Main CPV code
- 98513310 - Home-help services
two.1.3) Type of contract
Services
two.1.4) Short description
The City of London Corporation (The City) is undertaking a 1 stage procurement process in relation to the provision of Home Care and Reablement Services (the 'Service').
The Service is split into 2 seperate Lots:
Lot 1: Home Care Services
Lot 2: Reablement Services
Further information for this opportunity can be found in II.2.4) Description of the procurement field (of this notice) for each Lot.
two.1.5) Estimated total value
Value excluding VAT: £1,900,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1: Home Care Services
Lot No
1
two.2.2) Additional CPV code(s)
- 98513310 - Home-help services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The Home Care service is for adults living within the City of London Corporation’s geographical boundary only.
The City is looking to appoint a primary service provider organisation that will have the skills and capacity to deliver Home Care services within the City of London Corporation boundary.
The City does manage tenancies for people who live in estates outside of the boundary. The delivery of home care for these tenants is the responsibility of the Borough in which their housing is situated.
Service users will have a range of needs, some of which may be more complex as a result of one or more condition, and for whom home care support will be necessary. These may include the following:
• People with a physical disability
• People with a learning disability (who may also have other health conditions)
• People with mental health needs
• People with sensory needs
• People with challenging and complex behaviour
• People with a cognitive impairment and acquired brain injury or stroke
• People with dementia (who may also have other health conditions)
• People eligible for continuing health care
• People with long term conditions including neurological conditions
• People receiving palliative care
• People receiving End of Life Care (EOLC)
• People who are receiving support from the Corporation’s Reablement Team
The service will not provide care for those under 18 years old. However, service providers may be required to work with young people transitioning to adult services. The service providers will be expected to work in partnership with young people, families and other services to enable any potential transition to be as smooth as possible and any disruption minimised.
The duration of the contract is 36 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the contract by up to a further 24 months. The maximum length of the contract is therefore 60 months subject to performance.
The estimated total value of the contract is also stated in II.1.5) and II.2.6) of this notice and is for the entire duration, i.e. including the optional extensions
Organisations should be aware that due to the contract value (of the Service), any contract formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their tender, where appropriate.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
This will be upon expiry of the contract and subject to internal approvals
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2: Reablement Services
Lot No
2
two.2.2) Additional CPV code(s)
- 98513310 - Home-help services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The Corporation will appoint a provider organisation who will manage and deliver the Reablement Service. This will be based on the current and historical usage of the Reablement.
Reablement works with adults who have left hospital or are recovering from a recent illness or injury, providing short-term, intensive support to help with everyday tasks. It also works to restore the skills, confidence, and independence that the service user may have lost. The service is delivered in the service user’s home and focuses on helping them to achieve everyday tasks so independence, health and wellbeing aren't affected in the long term. The reablement offer from the City is for all adult service users coming out of hospital with reablement potential.
The provider will be expected to offer a reablement service, through an agreed programme of home care support, working in partnership with the Corporation’s Adult Social Care Team. This will include weekly/regular updates and handover meetings and delivering tasks in the support plan with a view to maximising independence and, where possible, ceasing delivery within six weeks and/or facilitating a move to a longer term care package.
The provider will demonstrate they have staff with the knowledge and experience of reablement focused care who can deliver and/or coordinate the delivery of that care. And that such support will be made available within 24 hours’ notice from the point of contact by a social worker or hospital.
The duration of the contract is 36 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the contract by up to a further 24 months. The maximum length of the contract is therefore 60 months subject to performance.
The estimated total value of the contract is also stated in II.1.5) and II.2.6) of this notice and is for the entire duration, i.e. including the optional extensions
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
This will be upon expiry of the contract and subject to internal approvals
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 March 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 March 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This tendering exercise is being undertaken using the electronic tendering system 'CapitaleSourcing' (url:www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free.
This is a one stage procurement process; therefore, suppliers will need to register an interest on the system and submit a tender submission no later than 12.00 on 17.03.2022 in order to participate.
Tender submissions cannot be uploaded after the return deadline.
The estimated value given at II.2.6) is for the full duration of the contract, which is up to
The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the contract or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights then it will not be responsible for, or pay the expenses or losses, which may be incurred by any candidate or tenderer as a result. Economic operators are solely responsible for their costs and expenses incurred in connection with the preparation of their tender submissions and all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by the economic operators.
The Service advertised in this notice fall under the services listed in Annex XIV to Directive 2014/24/EU of the European Parliament and of the Council and the contracting authority is not obliged to follow The Public Contracts Regulations 2015 in full. The procurement process that will apply to the Service is specified in the procurement documents accordingly.
Any questions relating to this procurement must be made via the correspondence area in the Capital eSourcing system.
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The contracting authority will incorporate a minimum 10 calendar days (when using electronic means) standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a contract before a contract is executed. The Public Contracts Regulations 2015 ('Regulations') provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the court has the options to award damages and/or to shorten or order the contract ineffective.
six.4.4) Service from which information about the review procedure may be obtained
High Court, Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom