Stoke-on-Trent City Council: Supported Living Services in Stoke-on-Trent for People with a Learning Disability

  Stoke-on-Trent City Council has published this notice through Delta eSourcing

Notice Summary
Title: Supported Living Services in Stoke-on-Trent for People with a Learning Disability
Notice type: Contract Notice
Authority: Stoke-on-Trent City Council
Nature of contract: Services
Procedure: Restricted
Short Description: Provision of Supported Living Services in Stoke on Trent for People with a Learning Disability Can you make our vision for Supported Living in Stoke on Trent a reality? The vision of supported living services for people with learning disabilities in Stoke on Trent is changing. The Council presently commissions care and support for just over 100 people with a learning disability who are living within the community. The services presently provided are very wide ranging, from 24 hour care for people with complex needs who are living in groups, to just a few hours vital support each week to enable people with low level support needs to continue to live at home. The requirements of a Supported Living service is changing and the Council is keen to develop the service to provide care and support to people with a broader range of needs, including people with behaviours which challenge. Therefore, as well as supporting people with complex needs, the Council requires providers with an enabling approach, who can, where appropriate, support people with lower level care needs to make a successful transition from residential care into their own home in the community or to avoid an inappropriate move to residential care through the provision of excellent community based provision. We want the best possible care for people with learning disabilities who are living in their own home, so that they can enjoy life and prosper. To foster success, it is therefore critical that the Council has providers who have to right ethos who are able to develop the capacity to meet a broad range of needs. The Council invites expressions of interest from professionally qualified, dynamic and forward thinking care providers who can demonstrate that they have worked successfully with similar client groups. Bidders must be able and willing to work collaboratively with the Council to change the face of supported living for people with a learning disability in the next few years, through the delivery of effective care services which are capable of adapting to a wider range of care and support needs. Bidders must be able to demonstrate experience of the successful operation of similar services elsewhere. In particular, the Council is keen to hear from innovative care providers who can demonstrate experience of successfully providing services to people with behaviours which challenge who are living in a community setting, particularly where those people would otherwise have been supported within residential care provision. Expressions of interest should be submitted by completion of a Pre-qualification Questionnaire. Please note that the Pre-Qualification Questionnaire must be completed electronically following registration on the BravoSolutions web portal https://iewm.bravosolution.co.uk/sotandstaffordshireauthorities
Published: 09/07/2015 15:46

View Full Notice

UK-Stoke-on-Trent: Social services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Stoke-on-Trent City Council
      Civic Centre, Glebe Street, Stoke-on-Trent, ST4 1HH, United Kingdom
      Email: andrew.elliott@stoke.gov.uk
      Contact: ANDREW ELLIOTT, Attn: ANDREW ELLIOTT
      Electronic Access URL: https://iewm.bravosolution.co.uk/sotandstaffordshireauthorities
      Electronic Submission URL: https://iewm.bravosolution.co.uk/sotandstaffordshireauthorities

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Supported Living Services in Stoke-on-Trent for People with a Learning Disability
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 25

         Region Codes: UKG23 - Stoke-on-Trent         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      
            Framework agreement with several operators

         Duration of the framework agreement:
            Duration in year(s): 4             
         Justification for a framework agreement the duration of which exceeds four years:
         Not applicable
         Estimated total value of purchases for the entire duration of the framework agreement:
                        
            Estimated value excluding VAT: 20,000,000
            Currency: GBP
                              
      II.1.5)Short description of the contract or purchase:
      Social services. Provision of Supported Living Services in Stoke on Trent for People with a Learning Disability

Can you make our vision for Supported Living in Stoke on Trent a reality?

The vision of supported living services for people with learning disabilities in Stoke on Trent is changing.

The Council presently commissions care and support for just over 100 people with a learning disability who are living within the community. The services presently provided are very wide ranging, from 24 hour care for people with complex needs who are living in groups, to just a few hours vital support each week to enable people with low level support needs to continue to live at home.

The requirements of a Supported Living service is changing and the Council is keen to develop the service to provide care and support to people with a broader range of needs, including people with behaviours which challenge. Therefore, as well as supporting people with complex needs, the Council requires providers with an enabling approach, who can, where appropriate, support people with lower level care needs to make a successful transition from residential care into their own home in the community or to avoid an inappropriate move to residential care through the provision of excellent community based provision.

We want the best possible care for people with learning disabilities who are living in their own home, so that they can enjoy life and prosper. To foster success, it is therefore critical that the Council has providers who have to right ethos who are able to develop the capacity to meet a broad range of needs.

The Council invites expressions of interest from professionally qualified, dynamic and forward thinking care providers who can demonstrate that they have worked successfully with similar client groups. Bidders must be able and willing to work collaboratively with the Council to change the face of supported living for people with a learning disability in the next few years, through the delivery of effective care services which are capable of adapting to a wider range of care and support needs.

Bidders must be able to demonstrate experience of the successful operation of similar services elsewhere. In particular, the Council is keen to hear from innovative care providers who can demonstrate experience of successfully providing services to people with behaviours which challenge who are living in a community setting, particularly where those people would otherwise have been supported within residential care provision.

Expressions of interest should be submitted by completion of a Pre-qualification Questionnaire. Please note that the Pre-Qualification Questionnaire must be completed electronically following registration on the BravoSolutions web portal https://iewm.bravosolution.co.uk/sotandstaffordshireauthorities
         
      II.1.6)Common Procurement Vocabulary:
         85320000 - Social services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Not Provided         
         Estimated value excluding VAT: 20,000,000
         Currency: GBP
                        
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Joint and several liability.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                Not Provided
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Project_18838      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 10/08/2015
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: 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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=151492236
GO-201579-PRO-6774680 TKR-201579-PRO-6774679
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 09/07/2015

ANNEX A

View any Notice Addenda

UK-Stoke-on-Trent: Social services.

Section I: Contracting Authority
   Title: UK-Stoke-on-Trent: Social services.
   I.1)Name, Addresses And Contact Point(s)
      Stoke-on-Trent City Council
      Civic Centre, Glebe Street, Stoke-on-Trent, ST4 1HH, United Kingdom
      Email: andrew.elliott@stoke.gov.uk
      Contact: ANDREW ELLIOTT, Attn: ANDREW ELLIOTT
   
   I.2)Type Of Purchasing Body
      Contracting authority       
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Supported Living Services in Stoke-on-Trent for People with a Learning Disability
      II.1.2)Short description of the contract or purchase:
      Social services. Provision of Supported Living Services in Stoke on Trent for People with a Learning Disability

Can you make our vision for Supported Living in Stoke on Trent a reality?

The vision of supported living services for people with learning disabilities in Stoke on Trent is changing.

The Council presently commissions care and support for just over 100 people with a learning disability who are living within the community. The services presently provided are very wide ranging, from 24 hour care for people with complex needs who are living in groups, to just a few hours vital support each week to enable people with low level support needs to continue to live at home.

The requirements of a Supported Living service is changing and the Council is keen to develop the service to provide care and support to people with a broader range of needs, including people with behaviours which challenge. Therefore, as well as supporting people with complex needs, the Council requires providers with an enabling approach, who can, where appropriate, support people with lower level care needs to make a successful transition from residential care into their own home in the community or to avoid an inappropriate move to residential care through the provision of excellent community based provision.

We want the best possible care for people with learning disabilities who are living in their own home, so that they can enjoy life and prosper. To foster success, it is therefore critical that the Council has providers who have to right ethos who are able to develop the capacity to meet a broad range of needs.

The Council invites expressions of interest from professionally qualified, dynamic and forward thinking care providers who can demonstrate that they have worked successfully with similar client groups. Bidders must be able and willing to work collaboratively with the Council to change the face of supported living for people with a learning disability in the next few years, through the delivery of effective care services which are capable of adapting to a wider range of care and support needs.

Bidders must be able to demonstrate experience of the successful operation of similar services elsewhere. In particular, the Council is keen to hear from innovative care providers who can demonstrate experience of successfully providing services to people with behaviours which challenge who are living in a community setting, particularly where those people would otherwise have been supported within residential care provision.

Expressions of interest should be submitted by completion of a Pre-qualification Questionnaire. Please note that the Pre-Qualification Questionnaire must be completed electronically following registration on the BravoSolutions web portal https://iewm.bravosolution.co.uk/sotandstaffordshireauthorities
      
      II.1.3)Common procurement vocabulary:
      85320000 - Social services.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Restricted       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: Project_18838      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2015 - 161393
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 09/07/2015
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Correction


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In both
            In the original Notice.
            In the corresponding tender documents.

         VI.3.3)Text to be corrected in the original notice:
            
            Place of text to be modified: II.1.8
            
            Instead of: This contract is divided into lots: no
            
            Read: This contract is divided into lots: yes

         VI.3.4)Dates to be corrected in the original notice:
            Place of dates to be modified: IV.3.4            
            Instead of: 10/08/2015 Time: 12:00
            Read: 17/08/2015 Time: 12:00

         VI.3.5)Addresses and contact points to be corrected:
            Not Provided
            
         VI.3.6)Text to be added in the original notice: Not Provided
      VI.4)Other 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, and the contract will be awarded on the basis of the most economically advantageous tender.

Please note that the deadline for the receipt of PQQ submissions for this requirement has been extended from 12:00 on Monday 10/08/2015 to 12:00 on Monday 17/08/2015. This is to allow time for a small correction to the original contract notice to be published in OJEU and for bidders to have an appreciation of it. The original notice said: ‘this contract is divided into lots: no’. This should have said ‘this contract is divided into lots: yes’
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=154794081
GO-201587-PRO-6904009 TKR-201587-PRO-6904008

      VI.5)Date of dispatch: 07/08/2015

View Award Notice