Tender

Home Care & Independent Living

  • London Borough of Hammersmith & Fulham

F02: Contract notice

Notice identifier: 2022/S 000-035446

Procurement identifier (OCID): ocds-h6vhtk-038d96

Published 14 December 2022, 7:23pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Hammersmith & Fulham

3 Shortlands, Hammersmith

London

W6 8DA

Email

Procurement@lbhf.gov.uk

Country

United Kingdom

Region code

UKI33 - Kensington & Chelsea and Hammersmith & Fulham

Internet address(es)

Main address

www.capitalesourcing.com

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

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 Care & Independent Living

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 is procuring 12 Home Care & Independent Living Contracts which involves the provision of personal care to eligible people living in the community in

their own homes with long-term care needs to enable them to live independently.

This opportunity consists of six Lots which relates to defined geographical areas within the borough of Hammersmith and Fulham. Tenderers may bid for a maximum of two contracts. Tenderers may be awarded a maximum of two contracts. Tenderers must be registered with CQC and have a minimum rating of Good or Outstanding in their latest CQC inspection report (as published on the CQC website) or their inspection report which is nearest (if there are several branches) to Hammersmith and Fulham.

The Contract term will be 5 years, with an option to extend for 2 further years at the sole discretion of the Council.

Please refer to the Instructions to Tenderers for further information.

two.1.5) Estimated total value

Value excluding VAT: £124,200,160

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Lot: North 1

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham

two.2.4) Description of the procurement

Lot 1 covers a defined geographical area in the north of the borough within Hammersmith and Fulham. Lot 1 comprises two Contracts which includes North 1: Contract A and North 1: Contract B. For further information please refer to the Instructions to Tenderers.

Work will be allocated to each successful Contractor within Lot 1 (North 1 geographical area) on an alternating basis.

The Contract duration will be for 5 years, with the option to extend for a further 2 years at the sole discretion of the Council.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £18,832,800

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

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) Description

two.2.1) Title

Lot 2: North 2

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham

two.2.4) Description of the procurement

Lot 2 covers a defined geographical area in the north of the borough within Hammersmith and Fulham. Lot 2 comprises two Contracts which includes Lot 2: North 2: Contract A and Lot 2: North 2: Contract B. For further information please refer to the Instructions to Tenderers.

Work will be allocated to each successful Contractor within Lot 2 (North 2 geographical area) on an alternating basis.

The Contract duration will be for 5 years, with the option to extend for a further 2 years at the sole discretion of the Council.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £18,832,800

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

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) Description

two.2.1) Title

Lot 3: Central 1

Lot No

3

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham

two.2.4) Description of the procurement

Lot 3 covers a defined geographical area in the central area of the borough within Hammersmith and Fulham. Lot 3 comprises two Contracts which includes Lot 3: Central 1: Contract A and Lot 3: Central 1: Contract B. For further information please refer to the Instructions to Tenderers.

Work will be allocated to each successful Contractor within Lot 3 (Central 1 geographical area) on an alternating basis.

The Contract duration will be for 5 years, with the option to extend for a further 2 years at the sole discretion of the Council.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £19,992,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

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) Description

two.2.1) Title

Lot 4: Central 2

Lot No

4

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham

two.2.4) Description of the procurement

Lot 4 covers a defined geographical area in the central area of the borough within Hammersmith and Fulham. Lot 4 comprises two Contracts which includes Lot 4: Central 2: Contract A and Lot 4: Central 2: Contract B. For further information please refer to the Instructions to Tenderers.

Work will be allocated to each successful Contractor within the Lot 4 (Central 2 geographical area) on an alternating basis.

The Contract duration will be for 5 years, with the option to extend for a further 2 years at the sole discretion of the Council.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £28,876,960

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

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) Description

two.2.1) Title

Lot 5: South 1

Lot No

5

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham

two.2.4) Description of the procurement

Lot 5 covers a defined geographical area in the south of the borough within Hammersmith and Fulham. Lot 5 comprises two Contracts which includes Lot 5: South 1: Contract A and Lot 5: South 1: Contract B. For further information please refer to the Instructions to Tenderers.

Work will be allocated to each successful Contractor within Lot 5 (South 1 geographical area) on an alternating basis.

The Contract duration will be for 5 years, with the option to extend for a further 2 years at the sole discretion of the Council.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £16,321,760

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

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) Description

two.2.1) Title

Lot 6: South 2

Lot No

6

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham

two.2.4) Description of the procurement

Lot 6 covers a defined geographical area in the south of the borough within Hammersmith and Fulham. Lot 6 comprises two Contracts which includes Lot 6: South 2: Contract A and Lot 6: South 2: Contract B. For further information please refer to the Instructions to Tenderers.

Work will be allocated to each successful Contractor within Lot 6 (South 2 geographical area) on an alternating basis.

The Contract duration will be for 5 years, with the option to extend for a further 2 years at the sole discretion of the Council.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £21,343,840

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

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

Please refer to the tender documentation.

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the tender documentation.


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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

30 January 2023

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

31 January 2023

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

Hammersmith and Fulham Council

3 Shortlands, Hammersmith

London

W6 8DA

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with the Public Contract Regulations the Council will incorporate a minimum 10 calendar day standstill period at the point information on which the contract award decision is communicated to tenderers. Any action must be brought within the applicable limitation period