Tender

Learning Disability Accommodation Framework (ROSE)

  • London Borough of Wandsworth

F02: Contract notice

Notice identifier: 2023/S 000-009563

Procurement identifier (OCID): ocds-h6vhtk-03b803

Published 1 April 2023, 10:05am



The closing date and time has been changed to:

18 May 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

London Borough of Wandsworth

Town Hall, Wandsworth High Street

London

SW18 2PU

Contact

Louisa Balfe

Email

louisa.balfe@richmondandwandsworth.gov.uk

Telephone

+44 2088917655

Country

United Kingdom

Region code

UKI34 - Wandsworth

Internet address(es)

Main address

https://www.wandsworth.gov.uk

Buyer's address

https://www.wandsworth.gov.uk

one.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-London:-Social-services./U8D7892D76

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.wandsworth.gov.uk

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

Learning Disability Accommodation Framework (ROSE)

Reference number

CPT2271

two.1.2) Main CPV code

  • 85320000 - Social services

two.1.3) Type of contract

Services

two.1.4) Short description

London Boroughs of Richmond and Wandsworth (the "Councils") intend to set up a framework agreement for the provision of Residential, Outreach, Supported Living and Emergency (ROSE) Accommodation-based services across Richmond and Wandsworth. The framework agreement will have four (4) Lots covering the services above. The framework agreement will commence from 1st September 2023. The total value of the framework is estimated to be £15.66m per annum with a total contract value of £125,308,336 inclusive of mini-competition opportunities over 8 years. Please see tender pack for further details.

two.1.5) Estimated total value

Value excluding VAT: £125,308,336

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

1 to 4.

two.2) Description

two.2.1) Title

Residential Care

Lot No

1

two.2.2) Additional CPV code(s)

  • 85320000 - Social services

two.2.3) Place of performance

NUTS codes
  • UKI34 - Wandsworth
Main site or place of performance

Wandsworth

two.2.4) Description of the procurement

Residential care provides accommodation alongside care and support which is person centre-centred and strengths-based. Residential Care Services should support people to have independence, choice, and control over their life, in accordance with their care and support plan. Residential Care Services must be registered with the Care Quality Commission. Residential Care Services will operate in identified locations, for 24 hours a day, 7 days a week, and 365-days per year, including weekends and public holidays. Service Users will meet the Authorities’ eligibility criteria, in that each Service User will have identified care and support needs within the eligibility criteria defined in the Care Act 2014. For more information regarding the Council’s commissioning requirement, please see the tender documentation pack.

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: £43,603,360

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

As set out in tender documents.

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.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/U8D7892D76 or use Access Code: U8D7892D76.

two.2) Description

two.2.1) Title

Outreach

Lot No

2

two.2.2) Additional CPV code(s)

  • 85320000 - Social services

two.2.3) Place of performance

NUTS codes
  • UKI34 - Wandsworth
Main site or place of performance

Wandsworth

two.2.4) Description of the procurement

Outreach Services are intended for adults with learning disabilities and/or autism who are either living in their own homes or living with family or carers. Outreach Services are designed to support individuals to maintain and develop maximum levels of independence within their accommodation and in the community. The support varies in its intensity and duration. For more information regarding the Council’s commissioning requirement, please see the tender documentation pack.

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: £9,335,656

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

As set out in tender documents.

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.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/96AZ9N3J3W or use Access Code: 96AZ9N3J3W.

two.2) Description

two.2.1) Title

Supported Living

Lot No

3

two.2.2) Additional CPV code(s)

  • 85320000 - Social services

two.2.3) Place of performance

NUTS codes
  • UKI34 - Wandsworth
Main site or place of performance

Wandsworth

two.2.4) Description of the procurement

Supported living is a person-centred and strengths-based approach to housing and care and support services. It is based on a Service User having a tenancy or license agreement offering the right to remain in their own home. It can mean living in shared accommodation, in specialist housing, or living alone with care and support. For more information regarding the Council’s commissioning requirement, please see the tender documentation pack.

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: £70,249,176

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

As set out in tender documents.

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.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/3DU59TZ7WV or use Access Code: 3DU59TZ7WV.

two.2) Description

two.2.1) Title

Emergency Placements

Lot No

4

two.2.2) Additional CPV code(s)

  • 85320000 - Social services

two.2.3) Place of performance

NUTS codes
  • UKI34 - Wandsworth
Main site or place of performance

Wandsworth

two.2.4) Description of the procurement

Emergency placements are required, often at short notice and on a short-term basis (for up to 12 weeks) for adults with a learning disability and/or autism who are experiencing crisis because their regular support mechanisms have been disrupted. For more information regarding the Council’s commissioning requirement, please see the tender documentation pack.

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: £2,120,144

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

As set out in tender documents.

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.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/88YUDWC853 or use Access Code: 88YUDWC853.


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.1.3) 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

Originally published as:

Date

11 May 2023

Local time

12:00pm

Changed to:

Date

18 May 2023

Local time

12:00pm

See the change notice.

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

11 May 2023

Local time

12:01pm

Place

Wandsworth


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

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.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Social-services./U8D7892D76" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-London:-Social-services./U8D7892D76

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/U8D7892D76" target="_blank">https://www.delta-esourcing.com/respond/U8D7892D76

GO Reference: GO-2023331-PRO-22445743

six.4) Procedures for review

six.4.1) Review body

Royal Courts

Royal High Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Cabinet Office

Centre for Effective Dispute Resolution, 70 Whitehall

London

SW1 2AS

Telephone

+44 2072761234

Country

United Kingdom