Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad Gwybodaeth Ymlaen Llaw (PIN)

Domiciliary Care Patch Replenishment

  • Cyhoeddwyd gyntaf: 05 Mawrth 2024
  • Wedi'i addasu ddiwethaf: 05 Mawrth 2024

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-044515
Cyhoeddwyd gan:
London Borough of Bromley
ID Awudurdod:
AA23241
Dyddiad cyhoeddi:
05 Mawrth 2024
Dyddiad Cau:
-
Math o hysbysiad:
Hysbysiad Gwybodaeth Ymlaen Llaw (PIN)
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Council successfully appointed 8 Patch providers to deliver Domiciliary Care to residents in 2021. The contract period was for five years with one three-year extension (5+3) thus a whole life contract of eight (8) years. However, the council now has a requirement to replenish the Central Patch, as well as create a framework of reserve providers should additional Patches need replenishment for a potential period of 5 years. Please see the attached EOI document for full details.

The council is now publishing an early pin-notice, subject to Executive approval, to inform potential providers of the London borough of Bromley’s intention (subject to Executive approval) to publish a full Invitation to Tender (ITT) for:

i. One Central Patch provider and

ii. A reserve provider framework, of up to four (4) providers for the eventuality that the council is required to replenish any other patches during the next five years.

The procurement will follow the Open Procedure of the Public Contracts Regulations (2015).

This framework will complement the contracts that are currently in place. The primary aim of this procurement is to ensure that the provider that chose to opt out of the arrangements is replaced (Central Patch) whilst developing a list of up to 4 other providers that could deliver the hours in any of the other available Patches, should a termination notice be given by either the current provider or the council (the latter where there is a breach of contract). It is important to note that the need to call off the framework in the future is not guaranteed and is subject to the need. If an award of contract is granted the provider will be required to adopt the same Contract, Specification and Pricing methodology that is currently in place for the Patch providers.

For the avoidance of doubt, there is currently only one Patch contract available/vacant (Central Patch). The new provider will work alongside the remaining Patch Provider, and they will continue to operate as detailed in the original 2021 tender. The new framework tender will conclude on the tender evaluation scores, and these will be presented in descending order; resulting in the Provider that scores the highest score achieving first place. The Providers that score second, third, fourth and fifth highest will be ranked accordingly. Should the need arise to replenish any Patch later or during the procurement, the providers that are ranked 2nd to 5th following the tender will be offered the vacant Patch in order of rank/position and will share the Patch with the other remaining (where applicable) providers. Where more than one Patch becomes available the same process will be applied resulting in the remaining highest ranked provider (who do not already have a Patch contract) being offered the opportunity.

When seeking to express an interest in the replenishment framework, Providers must commit to preserving the contract price that they have submitted for the duration of the framework Please note each annual uplift will be applied to these submitted prices.

If the need to allocate a contract for a vacant Patch place arises, Providers must demonstrate that they comply with the key contractual requirements as set out in the ITT. Assurance will be sought before a call off contract is activated. Failure to provide assurance will result in the next provider on the ranked list being offered the opportunity to deliver a service. Equally, where a Provider does not wish to deliver a service in a vacant Patch, they will reserve the right to do so, resulting in the next ranked provider being offered the opportunity. We envisage that it is possible that the providers with the lowest scores (that have still attained a position 2-5) may still have the opportunity to deliver a service, but we cannot guarantee the award of any new contracts other than the initial Central Patch awarded to the provider that ranks the highest (1st place

Testun llawn y rhybydd

Hysbysiad gwybodaeth ymlaen llaw

Hysbysiad gwybodaeth ymlaen llaw yn unig yw hwn

Adran I: Endid contractio

I.1) Enw a chyfeiriad

London Borough of Bromley

Bromley Civic Centre, Stockwell Close

Bromley

BR1 3UH

UK

Person cyswllt: Mr Richard Keys

Ffôn: +44 2083134058

E-bost: Richard.Keys@bromley.gov.uk

NUTS: UKI6

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.bromley.gov.uk/

Cyfeiriad proffil y prynwr: http://www.bromley.gov.uk/

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://procontract.due-north.com/Advert/Index?advertId=03cbaf5d-18da-ee11-8127-005056b64545


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


I.4) Y math o awdurdod contractio

Asiantaeth/swyddfa ranbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Domiciliary Care Patch Replenishment

Cyfeirnod: DN713862

II.1.2) Prif god CPV

85000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The Council successfully appointed 8 Patch providers to deliver Domiciliary Care to residents in 2021. The contract period was for five years with one three-year extension (5+3) thus a whole life contract of eight (8) years. However, the council now has a requirement to replenish the Central Patch, as well as create a framework of reserve providers should additional Patches need replenishment for a potential period of 5 years. Please see the attached EOI document for full details.

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.3) Man cyflawni

Cod NUTS:

UKI6

II.2.4) Disgrifiad o’r caffaeliad

The Council successfully appointed 8 Patch providers to deliver Domiciliary Care to residents in 2021. The contract period was for five years with one three-year extension (5+3) thus a whole life contract of eight (8) years. However, the council now has a requirement to replenish the Central Patch, as well as create a framework of reserve providers should additional Patches need replenishment for a potential period of 5 years. Please see the attached EOI document for full details.

The council is now publishing an early pin-notice, subject to Executive approval, to inform potential providers of the London borough of Bromley’s intention (subject to Executive approval) to publish a full Invitation to Tender (ITT) for:

i. One Central Patch provider and

ii. A reserve provider framework, of up to four (4) providers for the eventuality that the council is required to replenish any other patches during the next five years.

The procurement will follow the Open Procedure of the Public Contracts Regulations (2015).

This framework will complement the contracts that are currently in place. The primary aim of this procurement is to ensure that the provider that chose to opt out of the arrangements is replaced (Central Patch) whilst developing a list of up to 4 other providers that could deliver the hours in any of the other available Patches, should a termination notice be given by either the current provider or the council (the latter where there is a breach of contract). It is important to note that the need to call off the framework in the future is not guaranteed and is subject to the need. If an award of contract is granted the provider will be required to adopt the same Contract, Specification and Pricing methodology that is currently in place for the Patch providers.

For the avoidance of doubt, there is currently only one Patch contract available/vacant (Central Patch). The new provider will work alongside the remaining Patch Provider, and they will continue to operate as detailed in the original 2021 tender. The new framework tender will conclude on the tender evaluation scores, and these will be presented in descending order; resulting in the Provider that scores the highest score achieving first place. The Providers that score second, third, fourth and fifth highest will be ranked accordingly. Should the need arise to replenish any Patch later or during the procurement, the providers that are ranked 2nd to 5th following the tender will be offered the vacant Patch in order of rank/position and will share the Patch with the other remaining (where applicable) providers. Where more than one Patch becomes available the same process will be applied resulting in the remaining highest ranked provider (who do not already have a Patch contract) being offered the opportunity.

When seeking to express an interest in the replenishment framework, Providers must commit to preserving the contract price that they have submitted for the duration of the framework Please note each annual uplift will be applied to these submitted prices.

If the need to allocate a contract for a vacant Patch place arises, Providers must demonstrate that they comply with the key contractual requirements as set out in the ITT. Assurance will be sought before a call off contract is activated. Failure to provide assurance will result in the next provider on the ranked list being offered the opportunity to deliver a service. Equally, where a Provider does not wish to deliver a service in a vacant Patch, they will reserve the right to do so, resulting in the next ranked provider being offered the opportunity. We envisage that it is possible that the providers with the lowest scores (that have still attained a position 2-5) may still have the opportunity to deliver a service, but we cannot guarantee the award of any new contracts other than the initial Central Patch awarded to the provider that ranks the highest (1st place following the tender)

Minimum Requirements

An Executive decision requires that all contractors/providers must have a recent/or latest CQC rating of Good at the time of bid submission. All providers that fall below a ‘Good’ rating, such as ‘Requires Improvement’ or ‘Inadequate’ are not eligible to apply and any bid submission will be discarded.

Supplier Day

The council intends to hold an in-person supplier day w/c 8 April 2024. Full details of the supplier day will be provided in due course.

II.3) Dyddiad amcangyfrifedig ar gyfer cyhoeddi’r hysbysiad contract:

02/04/2024

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Na

Section VI: Gwybodaeth ategol

VI.5) Dyddiad anfon yr hysbysiad hwn

04/03/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
85000000 Gwasanaethau iechyd a gwaith cymdeithasol Gwasanaethau eraill

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
Richard.Keys@bromley.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.