Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activitySocial protection
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Contract for the Provision of a Generic Advocacy Service
Reference number: DN362966
II.1.2)Main CPV code85312300
II.1.3)Type of contractServices
II.1.4)Short description:
The Council of the London Borough of Redbridge (“the Authority”) is seeking Tenders from suitably experienced and qualified organisations for the Contract for the Provision of a Generic Advocacy Service in the London Borough of Redbridge (“the Contract”).
The Contract shall commence on 1.1.2019 and, subject to satisfactory performance, shall continue up to and including 31.12.2021 (“the Contract Period”). At the sole discretion of the Authority and subject to satisfactory performance of the Provider, the Contract Period may be extended in such period or periods as the Authority deems appropriate up to a maximum of two (2) years, providing a possible total Contract Period to midnight on 31.12.2023.
The Contract is for the provision of an advocacy service within the London Borough of Redbridge which shall include statutory services and some non-statutory services.
II.1.5)Estimated total valueValue excluding VAT: 950 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)85312310
85312320
85312400
II.2.3)Place of performanceNUTS code: UKI53
II.2.4)Description of the procurement:
The Contract is for the provision of an advocacy service within the London Borough of Redbridge which shall include statutory services and some non-statutory services.
The statutory advocacy services shall include the following:
— Independent Mental Capacity Advocacy (IMCA). Additionally, IMCA shall be provided by the Provider under the Deprivation of Liberty Safeguards (DoLS) MCA where required,
— Relevant Persons Representatives (RPRs),
— Rule 1.2 Representatives,
— Independent Mental Health Advocacy (IMHA),
— Independent Care Act Advocacy (ICAA).
The non- statutory advocacy services shall include the following:
— Self-Advocacy,
— Citizen Advocacy,
— Peer Advocacy,
— Group Advocacy.
The maximum budget available for the Contract is one hundred and ninety thousand pounds (190 000 GBP) per annum. Those submitting a Tender shall be required to deliver all requirements of the Contract within this maximum budget. However, Tenders will be judged on value for money and the Contract may be awarded to an organisation submitting a lower priced Tender where quality of service is assured. Any Tenders submitted above the allocated budget will not be accepted.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Technical Ability and Quality / Weighting: 60 %
Price - Weighting: 40 %
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 01/01/2019
End: 31/12/2021
This contract is subject to renewal: yes
Description of renewals:
At the sole discretion of the Authority and subject to satisfactory performance of the Provider, the Contract period may be extended in such period or periods as the Authority deems appropriate up to a maximum of two (2) years, providing a possible total Contract Period to midnight on 31.12.2023.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 08/10/2018
Local time: 17:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tendersDate: 08/10/2018
Local time: 17:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyLondon Borough of Redbridge
9th Floor, Lynton House, 255-259 High Road
Ilford
IG1 1NN
United Kingdom
Telephone: +44 2087083085
E-mail:
stephen.potter@PSprocure.co.uk VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:05/09/2018