Opportunity

Provision of a Learning Disability Individual Service Fund (ISF) Framework

  • London Borough Of Bexley

F02: Contract notice

Notice reference: 2022/S 000-007155

Published 16 March 2022, 12:15pm



Section one: Contracting authority

one.1) Name and addresses

London Borough Of Bexley

LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET

BEXLEYHEATH

DA6 7AT

Contact

PROCUREMENT SUPPORT TEAM

Email

procurement@bexley.gov.uk

Telephone

+44 2030455137

Country

United Kingdom

NUTS code

UKI51 - Bexley and Greenwich

Internet address(es)

Main address

https://www.bexley.gov.uk/

Buyer's address

WWW.BEXLEY.GOV.UK

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Home/About

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Home/About)

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://procontract.due-north.com/Home/About

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

Provision of a Learning Disability Individual Service Fund (ISF) Framework

Reference number

5401

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

The London Borough of Bexley wants to ensure via the establishment of a framework the availability of high-quality care and support services to people with learning disabilities including people with complex needs or healthcare needsThe overall aim is to improve choice, control, independence and wellbeing for Clients ensuring Clients have good opportunities, are fully engaged in their communities, and receive support that promotes their health and wellbeing. Our intention is to enable Clients’ personal budgets to be managed as Individual Service Funds (ISFs) and to deliver flexible support to meet their needs and outcomes

The framework will award all future work through mini – competition, where all framework suppliers will be invited to tender

two.1.5) Estimated total value

Value excluding VAT: £30,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI51 - Bexley and Greenwich
Main site or place of performance

Bexley and Greenwich

two.2.4) Description of the procurement

The London Borough of Bexley wants to ensure via the establishment of a framework the availability of high-quality care and support services to people with learning disabilities including people with complex needs or healthcare needs. The overall aim is to improve choice, control, independence and wellbeing for Clients ensuring Clients have good opportunities, are fully engaged in their communities, and receive support that promotes their health and wellbeing. Our intention is to enable Clients’ personal budgets to be managed as Individual Service Funds (ISFs) and to deliver flexible support to meet their needs and outcomes

The framework will award all future work through mini – competition, where all framework suppliers will be invited to tender

Suppliers are required to maintain CQC registration and Health & Safety accreditation throughout the life of the contract

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: £30,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

27 July 2022

End date

25 July 2025

This contract is subject to renewal

Yes

Description of renewals

ability to extend for a further period or periods of up to 12 months

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

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

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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

18 April 2022

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

2 May 2022

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: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=676013040

GO Reference: GO-2022316-PRO-19806321

six.4) Procedures for review

six.4.1) Review body

London Borough Of Bexley

LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, KENT

BEXLEYHEATH

DA6 7AT

Telephone

+44 2030455137

Fax

+44 2082946385

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

London Borough Of Bexley

CIVIC OFFICES, WATLING STREET

BEXLEYHEATH

DA6 7AT

Email

PROCUREMENT@BEXLEY.GOV.UK

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

London Borough Of Bexley

LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, KENT

BEXLEYHEATH

DA6 7LB

Email

PROCUREMENT@BEXLEY.GOV.UK

Telephone

+44 2030455137

Fax

+44 2082946835

Country

United Kingdom