Section one: Contracting authority
one.1) Name and addresses
London Borough of Wandsworth
Town Hall, Wandsworth High Street,
London
SW18 2PU
Contact
Procurement Team
procurement@richmondandwandsworth.gov.uk
Telephone
+44 2088716000
Country
United Kingdom
Region code
UKI34 - Wandsworth
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://lb-wandsworth.my.salesforce-sites.com/?searchtype=Projects
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://lb-wandsworth.my.salesforce-sites.com/?searchtype=Projects
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
Home and Community Care for Disabled Children Framework
Reference number
CPT3148
two.1.2) Main CPV code
- 85311300 - Welfare services for children and young people
two.1.3) Type of contract
Services
two.1.4) Short description
The London Borough of Wandsworth (the “Council”) is inviting tenders from suitably experienced and qualified providers to be appointed to a framework for the provision of Home and Community Care Services for Disabled Children. The framework will support the Council’s overarching practice of supporting children to remain living at home with their families and avoid placement in a residential setting or hospitalisation wherever safe to do so. The framework will be divided into 3 Lots of services: (1) Standard Service (2) Enhanced Service (3) Complex Service. A Tenderer can bid for all 3 Lots and may be appointed to more than one Lot. The framework agreement will be for a period of 4 years. Anticipated commencement date is 1 November 2024. Estimated framework value is £1,189,000 per annum.
two.1.5) Estimated total value
Value excluding VAT: £4,756,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI34 - Wandsworth
two.2.4) Description of the procurement
The London Borough of Wandsworth (the “Council”) is inviting tenders from suitably experienced and qualified providers to be appointed to a framework for the provision of Home and Community Care Services for Disabled Children. The framework will support the Council’s overarching practice of supporting children to remain living at home with their families and avoid placement in a residential setting or hospitalisation wherever safe to do so. The framework will be divided into 3 Lots of services: (1) Standard Service (2) Enhanced Service (3) Complex Service. A Tenderer can bid for all 3 Lots and may be appointed to more than one Lot. The framework agreement will be for a period of 4 years. Anticipated commencement date is 1 November 2024. Estimated framework value is £1,189,000 per annum.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2024
End date
30 October 2028
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
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
See 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
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 a single operator
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
10 July 2024
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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
10 July 2024
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
The Royal Courts of Justice (Stop M)
London
WC2R 1DH
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
six.4.2) Body responsible for mediation procedures
Cabinet Office
70 Whitehall
London
SW1 2AS
prourement@richmondandwandsworth.gov.uk
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Royal Court of Justice
The Royal Courts of Justice (Stop M)
London
WC2R 1DH
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice