Section one: Contracting authority
one.1) Name and addresses
London Borough of Camden
5 Pancras Square
London
N1C 4AG
Contact
Stephen Spencer
Telephone
+44 02079744444
Country
United Kingdom
NUTS code
UKI - London
National registration number
n/a
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/28
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=38494&B=LBCAMDEN
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=38494&B=LBCAMDEN
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
Short breaks and other support services for disabled children, young people and their families
Reference number
45056
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Short breaks and other support services for disabled children, young people and their families
two.1.5) Estimated total value
Value excluding VAT: £4,035,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Single Lot award or award of multiple Lots (1 to 3).
two.2) Description
two.2.1) Title
Early Years Support (0-5)
Lot No
1
two.2.2) Additional CPV code(s)
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
London
two.2.4) Description of the procurement
Children aged 0-5 years with special educational needs and disabilities (SEND) progress in their learning and development, including improving their communication and language skills
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: £1,100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
4 January 2022
End date
3 January 2027
This contract is subject to renewal
No
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
Lot 1 will be evaluated by Council Officers with parents and carers contributing to the design of a case study. Parents and carers will participate in the evaluation scoring of the case study. The quality/price split is 60%/40%.
two.2) Description
two.2.1) Title
Group Based Support
Lot No
2
two.2.2) Additional CPV code(s)
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
London
two.2.4) Description of the procurement
This service will offer a combination of buddying and transitions support to improve independence and wellbeing for disabled children and young people aged 13 to 18 through a range of fun activities in the local community that builds social skills and resilience. See Specification for more detail.
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: £2,055,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
4 January 2022
End date
3 January 2027
This contract is subject to renewal
No
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
Lot 2 will be evaluated by Council Officers with young people submitting a tender question that should be responded using easy read material. The panel of young people will participate in the evaluation scoring of their tender question. The quality/price split is 60%/40%.
two.2) Description
two.2.1) Title
One to One Home and Community Based Support
Lot No
3
two.2.2) Additional CPV code(s)
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
London
two.2.4) Description of the procurement
The service will provide planned periods of 1:1 short breaks to families/carers of disabled children and young people aged 5-18. See Specification for more detail.
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: £880,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
4 January 2022
End date
3 January 2027
This contract is subject to renewal
No
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
Lot 3 will be evaluated by Council Officers. The quality/price split is 60%/40%. The Services come under Chapter 3, Section 7 (Social and Other Specific Services) of the Public Contracts Regulations 2015. Under Regulation 76, the Council has decided to use the Open Procedure under the PCR light touch regime.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Selection criteria as stated in the procurement tender documents
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Selection and Award criteria as stated in the procurement tender documents in EU Supply (WWW.EU-SUPPLY.COM)
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 August 2021
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
Tender must be valid until: 31 January 2022
four.2.7) Conditions for opening of tenders
Date
23 August 2021
Local time
12:00pm
Place
Offices of London Borough of Camden
Information about authorised persons and opening procedure
All tender submissions will be opened electronically by Council Officers via EU Supply. Tender responses will not be opened before the expiration of the deadline.
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 Services come under Chapter 3, Section 7 (Social and Other Specific Services) of the Public Contracts Regulations 2015. Under Regulation 76, the Council has decided to use the Open Procedure under the PCR light touch regime.
six.4) Procedures for review
six.4.1) Review body
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street
London
EC4Y 1EU
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
As set out in the contract for Services
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom