Tender

Peel Road Care and support contract for a Supported living service In Wembley

  • London Borough of Brent

F02: Contract notice

Notice identifier: 2024/S 000-026566

Procurement identifier (OCID): ocds-h6vhtk-04924f

Published 20 August 2024, 7:04pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Brent

Brent Civic Centre, Engineers Way

Wembley

HA9 0FJ

Contact

Robin Goodacre

Email

corporate.procurement@brent.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

http://www.brent.gov.uk/

Buyer's address

http://www.brent.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/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).