Section one: Contracting authority
one.1) Name and addresses
London Borough of Hammersmith & Fulham
3 Shortlands, Hammersmith
London
W6 8DA
Country
United Kingdom
Region code
UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Internet address(es)
Main address
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
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