Shropshire Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | EMC 158 - Supported Living Framework |
Notice type: | Contract Notice |
Authority: | Shropshire Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Shropshire Council is setting up a Framework of service providers for Supported Living Services for adults with learning disabilities who live in single or joint tenancies in the community. The Council wishes to appoint providers for two categories of support: a Maximum of 5 providers for higher level services and a Maximum of 7 providers for lower level services and only providers appointed to the Framework will be able to quote for supported living services in Shropshire for the duration of the Framework. |
Published: | 28/04/2016 09:07 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Shropshire Council
Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
Tel. +44 1743252337, Fax. +44 1743253910, Email: procurement@shropshire.gov.uk
Contact: Procurement
Main Address: http://www.shropshire.gov.uk
NUTS Code: UKG22
I.2) Joint procurement
The contract involves joint procurement: No.
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
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/ 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
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: EMC 158 - Supported Living Framework
Reference Number: EMC 158
II.1.2) Main CPV Code:
85310000 - Social work services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Shropshire Council is setting up a Framework of service providers for Supported Living Services for adults with learning disabilities who live in single or joint tenancies in the community. The Council wishes to appoint providers for two categories of support: a Maximum of 5 providers for higher level services and a Maximum of 7 providers for lower level services and only providers appointed to the Framework will be able to quote for supported living services in Shropshire for the duration of the Framework.
II.1.5) Estimated total value:
Value excluding VAT: 24,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lots 1 and 2
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1 - High Level Supported Living Services for Adults with a Learning Disability
Lot No: 1
II.2.2) Additional CPV codes:
85310000 - Social work services.
II.2.3) Place of performance:
UKG22 Shropshire CC
II.2.4) Description of procurement: Shropshire Council is setting up a Framework of service providers for Supported Living Services for adults with learning disabilities who live in single or joint tenancies in the community. The Council wishes to appoint providers for two categories of support: a Maximum of 5 providers for higher level services and a Maximum of 7 providers for lower level services and only providers appointed to the Framework will be able to quote for supported living services in Shropshire for the duration of the Framework. The framework will be a four year period targeted to commence on the 1st September 2016.
High level support services are deemed to be for individuals who may have combinations of some of the following more complex behaviours: self-injurious; difficult to engage; poor motivation; aggressive outbursts; complex behaviours associated with autistic spectrum disorder; obsessive/compulsive; attention seeking. Such services will require psychological and specialist behavioural support on a regular basis to ensure that there are robust support plans in place to enable people to regain as much independence as possible.
Low level support is deemed to be for individuals who do not present with the above mentioned more complex behaviours and are likely to require less support hours, but may have behaviours associated with autistic spectrum disorder and still require significant support to maintain independence in the home and in the community.
In all supported living services there will be a requirement for sleep or wake nights or both. The day support hours will be a minimum of 50 hours per week but may require 2 or 3 staff on duty for 14 hours each day 7 days per week.
Once a service provider is appointed onto this Framework they will have the opportunity to quote along with all other appointed providers for all new supported living schemes for adults with learning disabilities in the appropriate category (high or low level support) to which the provider is appointed. However each provider will be required to quote at a maximum of its tendered costs and will be awarded individual supported living services on the basis of their cost submission. The Council will develop its existing electronic brokerage system to incorporate supported living opportunities and all providers on the Framework will be given access to this system.
The Council reserves the right to temporarily suspend a provider from the Framework where it considers that there are significant safeguarding concerns about the quality of service being provided.
The Council will have full nomination rights to the services.
In the interest of continuity for individuals receiving the services under this Framework, the individual care contracts awarded will be for longer periods than the 4 years of the Framework itself.
As a public authority, in line with the Public Services (Social Value) Act 2012 the Council has due regard to economic, social and environmental well-being in Shropshire. Accordingly the council will be looking, in relation to the delivery of this contract, for proposals from contractors that could help provide social value benefits within Shropshire where practicable and to maximise the social and economic impact of the proposed contract.
This is a notice for Social and specific services in accordance with Directive 2014/24/EU Article74 being Public Health Services. Accordingly the Council will follow a process based on the principles of transparency. The Council will treat all economic operators equally and in a non-discriminatory way.
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: 10,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: 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: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Lot 2 - Supported Living Services for Adults with a Learning Disability
Lot No: 2
II.2.2) Additional CPV codes:
85310000 - Social work services.
II.2.3) Place of performance:
UKG22 Shropshire CC
II.2.4) Description of procurement: Shropshire Council is setting up a Framework of service providers for Supported Living Services for adults with learning disabilities who live in single or joint tenancies in the community. The Council wishes to appoint providers for two categories of support: a Maximum of 5 providers for higher level services and a Maximum of 7 providers for lower level services and only providers appointed to the Framework will be able to quote for supported living services in Shropshire for the duration of the Framework. The framework will be a four year period targeted to commence on the 1st September 2016.
High level support services are deemed to be for individuals who may have combinations of some of the following more complex behaviours: self-injurious; difficult to engage; poor motivation; aggressive outbursts; complex behaviours associated with autistic spectrum disorder; obsessive/compulsive; attention seeking. Such services will require psychological and specialist behavioural support on a regular basis to ensure that there are robust support plans in place to enable people to regain as much independence as possible.
Low level support is deemed to be for individuals who do not present with the above mentioned more complex behaviours and are likely to require less support hours, but may have behaviours associated with autistic spectrum disorder and still require significant support to maintain independence in the home and in the community.
In all supported living services there will be a requirement for sleep or wake nights or both. The day support hours will be a minimum of 50 hours per week but may require 2 or 3 staff on duty for 14 hours each day 7 days per week.
Once a service provider is appointed onto this Framework they will have the opportunity to quote along with all other appointed providers for all new supported living schemes for adults with learning disabilities in the appropriate category (high or low level support) to which the provider is appointed. However each provider will be required to quote at a maximum of its tendered costs and will be awarded individual supported living services on the basis of their cost submission. The Council will develop its existing electronic brokerage system to incorporate supported living opportunities and all providers on the Framework will be given access to this system.
The Council reserves the right to temporarily suspend a provider from the Framework where it considers that there are significant safeguarding concerns about the quality of service being provided.
The Council will have full nomination rights to the services.
In the interest of continuity for individuals receiving the services under this Framework, the individual care contracts awarded will be for longer periods than the 4 years of the Framework itself.
As a public authority, in line with the Public Services (Social Value) Act 2012 the Council has due regard to economic, social and environmental well-being in Shropshire. Accordingly the council will be looking, in relation to the delivery of this contract, for proposals from contractors that could help provide social value benefits within Shropshire where practicable and to maximise the social and economic impact of the proposed contract.
This is a notice for Social and specific services in accordance with Directive 2014/24/EU Article74 being Public Health Services. Accordingly the Council will follow a process based on the principles of transparency. The Council will treat all economic operators equally and in a non-discriminatory way.
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: 14,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: 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: Not provided
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:
See tender documentation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
See tender documentation
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
See tender documentation
Minimum level(s) of standards possibly required (if applicable) :
See tender documentation
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:
See tender documentation
III.2.2) Contract performance conditions
See tender documentation
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
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 12
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: 03/06/2016 Time: 12:00
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:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 03/06/2016
Time: 12:00
Place:
Shirehall, Abbey Foregate, Shrewsbury SY2 6ND
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4 years
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted No
Electronic payment will be used Yes
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:-Social-work-services./5N298N8248
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5N298N8248
VI.4) Procedures for review
VI.4.1) Review body:
Shropshire 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
Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
Tel. +44 1743252992
VI.5) Date Of Dispatch Of This Notice: 28/04/2016
Annex A