Tender

CWD Care Provider Register

  • Croydon Council

F02: Contract notice

Notice identifier: 2021/S 000-027320

Procurement identifier (OCID): ocds-h6vhtk-02f226

Published 1 November 2021, 1:58pm



Section one: Contracting authority

one.1) Name and addresses

Croydon Council

Bernard Weathrill House, 8 Mint Walk

Croydon

CR0 1EA

Contact

Mr Matt Weeks

Email

Matt.Weeks@croydon.gov.uk

Telephone

+44 2087266000

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

http://www.croydon.gov.uk

Buyer's address

http://www.croydon.gov.uk

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://www.londontenders.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.londontenders.org

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

Email

procurement@croydon.gov.uk

Telephone

+44 208726600

Country

United Kingdom

Internet address

www.croydon.gov.uk

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