Shropshire Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | AMCV 295 - Flexible Contracting Arrangement for Mental Health and Learning Disability Services |
Notice type: | Contract Notice |
Authority: | Shropshire Council |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Shropshire and Telford & Wrekin Councils are seeking providers for the provision of All Age Care, Support, Supervision and Live Well Skills Development for People with Learning Disability, Autistic Spectrum Conditions and Mental Health Needs. Shropshire Council is only seeking providers for supported living. Both Councils may potentially seek block residential services for individuals with a learning disability or who have mental health needs. The Flexible Contracting Arrangement (FCA) is a two-stage process and is run as a completely electronic process using the Authorities’ eSourcing solution (Delta). This process follows the ‘Light Touch Regime’ in accordance with Regulation 74 as set out in Regulation 34 of the Public Contracts Regulations 2015. Shropshire, Telford & Wrekin CCG (CCG) will also utilise the FCA as a call off arrangement for services purchased by them with providers who confirm that they wish to contract with the CCG for these services. |
Published: | 26/01/2021 16:23 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Shropshire Council
Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
Contact: Procurement
Main Address: www.shropshire.gov.uk
NUTS Code: UKG3
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Health-and-social-work-services./YCA4MV92A3
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/YCA4MV92A3 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://www.delta-esourcing.com/tenders/UK-title/YCA4MV92A3
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: AMCV 295 - Flexible Contracting Arrangement for Mental Health and Learning Disability Services
Reference Number: AMCV 295
II.1.2) Main CPV Code:
85000000 - Health and social work services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Shropshire and Telford & Wrekin Councils are seeking providers for the provision of All Age Care, Support, Supervision and Live Well Skills Development for People with Learning Disability, Autistic Spectrum Conditions and Mental Health Needs.
Shropshire Council is only seeking providers for supported living. Both Councils may potentially seek block residential services for individuals with a learning disability or who have mental health needs.
The Flexible Contracting Arrangement (FCA) is a two-stage process and is run as a completely electronic process using the Authorities’ eSourcing solution (Delta). This process follows the ‘Light Touch Regime’ in accordance with Regulation 74 as set out in Regulation 34 of the Public Contracts Regulations 2015.
Shropshire, Telford & Wrekin CCG (CCG) will also utilise the FCA as a call off arrangement for services purchased by them with providers who confirm that they wish to contract with the CCG for these services.
II.1.5) Estimated total value:
Value excluding VAT: 155,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKG3 West Midlands
II.2.4) Description of procurement: Shropshire and Telford & Wrekin Councils are seeking providers for the provision of All Age Care, Support, Supervision and Live Well Skills Development for People with Learning Disability, Autistic Spectrum Conditions and Mental Health Needs. Shropshire Council is only seeking providers for supported living. Both Councils may potentially seek block residential services for individuals with a learning disability or who have mental health needs.
The Flexible Contracting Arrangement (FCA) is a two-stage process and is run as a completely electronic process using the Authorities’ eSourcing solution (Delta). This process follows the ‘Light Touch Regime’ in accordance with Regulation 74 as set out in Regulation 34 of the Public Contracts Regulations 2015.
Shropshire, Telford & Wrekin CCG (CCG) will also utilise the FCA as a call off arrangement for services purchased by them with providers who confirm that they wish to contract with the CCG for these services.
The categories that form the structure of this FCA and the way in which the Authorities and the CCGs will seek to purchase under it are as follows:
Shropshire Council
Living Well – Supported Living
Positive Behaviour Support and Complex needs
Forensic Support and Supervision
Residential Services
Telford and Wrekin Council
Living Well
Living Well – Supported Living
Positive Behaviour Support and Complex needs
Forensic Support and Supervision
Residential
CCG
Any of the above services
The Councils may seek to use the FCA to purchase block residential services for adults with learning disabilities in future, however this is subject to commission reviews on existing and potential future services. At the point of letting such a service under the FCA the relevant Council will provide a copy of its contract for residential services and will follow the same procedure as all other Stage 2 opportunities.
Both CQC registered and non-CQC registered will be able to apply for inclusion, and care and support that requires personal care will only be referred to Providers who are CQC registered.
Where the provider is a CQC registered provider and is rated by CQC as overall Inadequate they will not be considered for placement on the FCA. The Councils also reserve the right not to place providers who are rated as overall Requires Improvement unless the provider can very clearly demonstrate that concerns have been addressed.
Please note the estimated value for this arrangement has been given above at II.1.5 and at II.2.6, this is an estimated figure only over the maximum potential period for both Councils.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 155,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2021 / End: 31/03/2031
This contract is subject to renewal: Yes
Description of renewals: 10 years
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Please note the estimated value for this arrangement has been given above at II.1.5 and at II.2.6, this is an estimated figure only over the maximum potential period for both Councils.
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
List and brief description of conditions:
Please see FCA documents
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Please see FCA documents
Minimum level(s) of standards possibly required (if applicable) :
Please see FCA documents
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Please see FCA documents
Minimum level(s) of standards possibly required (if applicable) :
Please see FCA documents
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
Please see FCA documents
III.2.2) Contract performance conditions
Please see FCA documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 01/03/2021 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 10 years
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Health-and-social-work-services./YCA4MV92A3
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/YCA4MV92A3
VI.4) Procedures for review
VI.4.1) Review body:
Shropshire Council and Telford and Wrekin Council
Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Shropshire Council and Telford and Wrekin Council
Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
Tel. +44 1743252992
VI.5) Date Of Dispatch Of This Notice: 26/01/2021
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Telford & Wrekin Council
Addenbrooke House, Ironmasters Way, Telford, TF3 4NT, United Kingdom
Email: Damon.Pope@telford.gov.uk
Contact: Damon Pope
Main Address: https://www.telford.gov.uk/
NUTS Code: UKG21