Section one: Contracting authority
one.1) Name and addresses
London Borough of Brent
Brent Civic Centre, Engineers Way
Wembley
HA9 0FJ
Contact
Robin Goodacre
corporate.procurement@brent.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
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://procontract.due-north.com/Advert/Index?advertId=19dc7bb3-1b5f-ef11-812e-005056b64545
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/Advert/Index?advertId=19dc7bb3-1b5f-ef11-812e-005056b64545
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
Peel Road Care and support contract for a Supported living service In Wembley
Reference number
DN737403
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 Council requires the provision of care and support living services at Peel Road.
This supported living service has been designed to provide supported living accommodation, and ensure accommodation is available to adult social care residents with high support needs to allow them to live more independently and promote their wellbeing. The service supports borough residents to live independently in their home and reduce the potential of living within or moving to residential care. Residents have their own accommodation, with self-contained flats as well as communal facilities.
The service provides 24-hour on-site care and support in line with the supported living model of care for individuals with a range of needs. The service provides care and accommodation for adults with sensory loss, a learning disability, additional communication needs and potentially other needs including mental ill health, and physical disabilities.
The new contract will be based on core and assessed hours with only the core element being commissioned through this procurement. The core service is designed to meet daily living needs, unplanned and emergency care needs and night support to provide 24-hour support. The assessed hours are based on residents’ care needs, with their care and support plan outlining support to ensure their outcomes are met.
two.1.5) Estimated total value
Value excluding VAT: £1,794,930
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 98000000 - Other community, social and personal services
- 85320000 - Social services
- 85312000 - Social work services without accommodation
- 85311000 - Social work services with accommodation
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This contract will be let as a 3 year contract with the option to extend for a further two, one year periods (3+1+1) subject to satisfactory performance of the successful provider.
The total annual budget for this services is £358,986.00 per annum.
It is expected the contract will commence on 28/01/2025.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Subject to satisfactory performance of the successful provider.
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 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
20 September 2024
Local time
1:00pm
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
20 September 2024
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
High Court of England & Wales
7 The Rolls Building, Fetter Lane
London
EC4A 1NL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The contracting authority will operate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers to provide time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Unsuccessful tenderers shall be notified by the contracting authority as soon as possible after the decision is made as to the reasons why they were unsuccessful. The Public Contracts Regulations 2015 provide that aggrieved parties who have been harmed, or are at risk of harm, by breach of the rules are to take action in the High Court (England, Wales and Northern Ireland).