Section one: Contracting authority
one.1) Name and addresses
Croydon Council
Bernard Weathrill House, 8 Mint Walk
Croydon
CR0 1EA
Contact
Mr Matt Weeks
Telephone
+44 2087266000
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
Buyer's address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
CWD Care Provider Register
Reference number
DN575910
two.1.2) Main CPV code
- 85300000 - Social work and related services
two.1.3) Type of contract
Services
two.1.4) Short description
The London Borough of Croydon is seeking to implement a Care Provider Register for the purchase of domiciliary and personal care packages for children and young people with disabilities.
The CPR will enable the Council to purchase domiciliary and personal care (based on an agreed hourly rate) in both single and block arrangements. This will replace the current procedures of spot-purchasing care services on a needs/demand-led basis.
The Children with Disabilities Care Provider Register will consist of two individual lots:
• Lot 1 - Standard Care
• Lot 2 – Complex Care
two.1.5) Estimated total value
Value excluding VAT: £1,600,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1: Standard Care
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Support to children and young people in the service who have severe and profound disabilities. The level of support may require taking children and young people out into the community, assisting with feeding, personal care, moving and handling. Some of the children may present with challenging behavior.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £4,480,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
The Council has identified that the proposed service provision falls within the scope of "social and other specific services" set out within Schedule 3 of the Public Contracts Regulations 2015 (Regulations). Consequently, the so-called Light Touch Regime will apply to this procurement.
The Council is orientating this procurement towards an adapted open procedure as described in Regulation 27 of the Regulations but using a “light touch” approach. The Council does not hold itself bound by the 3 / 7Regulations except to the extent that they apply to the light touch regime as set out in Regulations 74 to 76 of the Regulations.
During the 4 year period, the Council reserves the right to refresh the Care Provider Register and admit new providers onto the register who meet the initial quality and price evaluation criteria.
The requirements of the Services may vary and quantities shall not be specified, guaranteed or warranted by the Council.
The value of the service under the Approved Provider Panel Agreement is estimated to be in the region of £6.4m for Croydon Council.
two.2) Description
two.2.1) Title
Lot 2 – Complex Care
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Children in our service who meet the Lot 2 have complex health needs and some children present with severe challenging behavior. Children with complex health needs include children who meet the continuing health care criteria and those who have complex health needs but don’t meet the criteria for CHC.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £1,920,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
The Council has identified that the proposed service provision falls within the scope of "social and other specific services" set out within Schedule 3 of the Public Contracts Regulations 2015 (Regulations). Consequently, the so-called Light Touch Regime will apply to this procurement.
The Council is orientating this procurement towards an adapted open procedure as described in Regulation 27 of the Regulations but using a “light touch” approach. The Council does not hold itself bound by the 3 / 7Regulations except to the extent that they apply to the light touch regime as set out in Regulations 74 to 76 of the Regulations.
During the 4 year period, the Council reserves the right to refresh the Care Provider Register and admit new providers onto the register who meet the initial quality and price evaluation criteria.
The requirements of the Services may vary and quantities shall not be specified, guaranteed or warranted by the Council.
The value of the service under the Approved Provider Panel Agreement is estimated to be in the region of £6.4m for Croydon Council.
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.1.8) 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
30 November 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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
30 November 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
London Borough of Croydon
Croydon Commissioning & Procurement,4G Bernard Weatherill House, 8 Mint Walk
Croydon
CR0 1EA
Telephone
+44 208726600
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
H M Courts & Tribunal Services
Tribunal Service, Royal Courts of Justice, The Strand
London
WC2A
Telephone
+44 2079476000
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Review procedures are as set out in the Public Contract Regulations 2015 and are time-limited. Any proceedings must be brought in the High Court of England and Wales.
six.4.4) Service from which information about the review procedure may be obtained
H M Courts & Tribunal Services
Tribunal Service, Royal Courts of Justice, The Strand
London
WC2A
Country
United Kingdom