Essex County Council: Day Opportunities Framework Refresh

  Essex County Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Day Opportunities Framework Refresh
Notice type: Contract Notice
Authority: Essex County Council
Nature of contract: Services
Procedure: Open
Short Description: Essex County Council (the Council) is conducting a refresh of the Day Opportunities framework under the light touch regime to secure providers to deliver support for adults with disabilities/physical or sensory impairments and older people as further described in the tender documents. This service is designed to support adults through a range of purposeful activities outside their own home and seeks to increase their independence and confidence within their own community, as well as enabling a break for unpaid carers. The Day Opportunities service in Essex will support the Council in achieving its strategic aims in relation to the cohort of adult these services are gears towards. Providers are required to embed the Council’s “Good Lives Approach”, embracing the Care Act principles of “Prevent, Reduce, Delay” and changes the dependency culture of assessing for services to an approach building upon an Adult’s assets and the support networks they have in their local communities.
Published: 12/12/2019 09:36
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Chelmsford: Health and social work services.
Section I: Contracting Authority
      I.1) Name and addresses
             Essex County Council
             County Hall, Market Road, Chelmsford, CM1 1QH, United Kingdom
             Tel. +44 3457430430, Email: rachel.horne@essex.gov.uk
             Contact: Rachel Horne
             Main Address: https://www.delta-esourcing.com, Address of the buyer profile: www.essex.gov.uk
             NUTS Code: UKH3
      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/tenders/UK-UK-Chelmsford:-Health-and-social-work-services./WMNM8U54R8
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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: Not provided
      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: Day Opportunities Framework Refresh       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      85000000 - Health and social work services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Essex County Council (the Council) is conducting a refresh of the Day Opportunities framework under the light touch regime to secure providers to deliver support for adults with disabilities/physical or sensory impairments and older people as further described in the tender documents. This service is designed to support adults through a range of purposeful activities outside their own home and seeks to increase their independence and confidence within their own community, as well as enabling a break for unpaid carers. The Day Opportunities service in Essex will support the Council in achieving its strategic aims in relation to the cohort of adult these services are gears towards. Providers are required to embed the Council’s “Good Lives Approach”, embracing the Care Act principles of “Prevent, Reduce, Delay” and changes the dependency culture of assessing for services to an approach building upon an Adult’s assets and the support networks they have in their local communities.       
      II.1.5) Estimated total value:
      Value excluding VAT: 90,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      85000000 - Health and social work services.
      
      II.2.3) Place of performance:
      UKH3 Essex
      
      II.2.4) Description of procurement: The services fall within “social and other specific services” within the Public Contracts Regulations 2015 and the total value of the framework will exceed the current threshold. The procurement of this framework is therefore subject to and has been designed to be compliant with the “light touch” regime under the Regulations. The Council’s estimates the value of this framework to be in the range of GBP 80 000 000-90 000 000 over the 4 year framework, based on current and forecast expenditure for day opportunity services. The Council is running a one stage tender process that will be open for 60 days from date this contract notice is published, for bidders to respond to the Invitation to Tender (ITT). The bidder is to note that the award criteria for the framework is based on 100 % quality and in order to be awarded a place on the framework it must score a “Pass” on all relevant questions which would entail demonstrating that it meets all minimum quality requirements detailed in any question in the ITT. If a bidder fails to score a “Pass” on any questions:
i. the Council will, depending on the nature of the question which has been failed, be entitled but not obliged to offer the bidder a conditional award onto the framework, for example demonstrating self-cleaning on any failed criteria; or
ii. where the Council reasonably considers that a conditional award is not appropriate, the bidder’s bid will be failed in its entirety and the bidder will not be offered a place on the framework.
The conditions relating to a compliant bid are set out in the Council’s ITT and the Bidder Guidance. No pricing information is required in the Invitation to Tender.
Placements will be made via a call-off procedure, with a call-off contract being awarded to a provider which represents the most economically advantageous bid i.e. lowest overall total package price (session costs plus transport costs) from compliant bids as defined in the framework agreement. Price is not the only award criterion at call-off and all criteria are stated only in the procurement documents. The Council will be entitled but not obliged to extend the duration of a call-off contract in accordance with the terms of the call-off contract.
The appointment of the provider as an approved supplier on the Framework Providers List has been done on the basis of the provider as an organisation and not in relation to any individual day centres or premises from which such Provider operates or may operate.
      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: 90,000,000       
      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: Yes       
      Description of renewals: The framework will run for 4 years in accordance with the framework agreement. The Council will also re-open the framework to allow new bidders or bidders whose previous tender submission was unsuccessful to resubmit a tender to join the framework up to 3 times a year in accordance with the terms of the framework agreement.
      
      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:          
      In accordance with Articles 56 to 58 of Directive 2014/24/EU and Regulations 56 to 58 of The Public Contracts Regulations 2015 and as set out in the procurement documents.    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      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    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      See the form of Contract supplied with the procurement 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: No

Section IV: Procedure
   IV.1) Description OPEN
      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:
Not Provided           
         In the case of framework agreements justification for any duration exceeding 4 years: Not applicable    
   
   
   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: 2018/S 20 - 41720       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 17/02/2020 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): 4
      
      IV.2.7) Conditions for opening of tenders:
         Date: 17/02/2020
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 17th December 2020
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   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-Chelmsford:-Health-and-social-work-services./WMNM8U54R8

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/WMNM8U54R8
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court
       Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
       Tel. +44 2079476000
       Internet address: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
   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:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 12/12/2019

Annex A


View any Notice Addenda

View Award Notice