Contract notice

Information

Published

Expire date: 24/03/2022

External Reference: 2022-507854

FTS Reference: 2022-004414

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

The Borough Council of Calderdale
184 3147 61
Town Hall, Crossley Street
Halifax
HX1 1UJ
UK
NUTS code:  UKE44 -  Calderdale and Kirklees
Internet address(es):
NHS Calderdale Clinical Commissioning Group (CCG)
2nd Floor, Westgate House, Westgate
Halifax
HX1 1PW
UK
NUTS code:  UKE44 -  Calderdale and Kirklees
Internet address(es):
I.2)

Joint procurement

The contract involves joint procurement
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=43678&B=UK
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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

Approved Provider Lists for Outreach Service for Adults, Children and Young People and Day & Night Sitting Service for Adults, Children and Young People (Lot 1+3 - Council, Lot 2+4 -CCG)
II.1.2)

Main CPV code

85000000  -  Health and social work services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Borough Council of Calderdale (the “Council”) and Calderdale Clinical Commissioning Group (“CCG”) invites tenders from tenderers who wish to be considered for the appointment to the Outreach Services for Adults and Children and Young People (Lots 1 & 2) and Day and Night Sitting Service for Adults and Children and Young People (Lots 3 & 4) Approved Provider Lists. The service will be operated in four lots:
Lot 1: Outreach Service for the Council
Lot 2: Outreach Service for the CCG
Lot 3: Sitting Service for the Council
Lot 4: Sitting Service for the CCG
If bidding for the Outreach Service tenderers must bid for Lot 1 (the Council service), Lot 2 for the CCG is discretionary
If bidding for the Sitting Service, tenderers must bid for Lot 3 (the Council service), Lot 4 for the CCG is discretionary.
There is no guarantee of work for any lot. A Bidders Event will be held on 1st March 2022 at 9.00am - please confirm your attendance
II.1.5)

Estimated total value

Value excluding VAT: 5934000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1 - Outreach Service for Adults, Children and Young People (Council)
Lot No:  1
II.2.2)

Additional CPV code(s)

85000000  -  Health and social work services
II.2.3)

Place of performance

NUTS code:  UKE44 -  Calderdale and Kirklees
II.2.4)

Description of the procurement

The Borough Council of Calderdale (the “Council”) and NHS Calderdale Clinical Commissioning Group (“CCG”) invites tenders from tenderers who wish to be considered for the appointment to the Outreach Service for Adults, Children & Young People – Approved Provider List.
Lot 1 is for a contract with the Council and all tenderers bidding for the Outreach Service must bid for Lot 1 (it is mandatory if applying for the Outreach service).
An Approved Provider List was established in August 2020 for the provision of Outreach Services for Adults, Children and Young People. The previous procurement documents provided that the list would be re-opened to new applicants to apply.
The commissioned Outreach service will promote social interaction and relationship building with peers to enable service users to undertake and be included in activities. It will promote independence through enabling and providing support where required. It will be flexible, and person-centred and designed to address the needs of the service users and ensure outcomes of support plans are met. The service will deliver services for all ages and all client groups including those fully funded through Continuing Health Care.
This tender exercise provides an opportunity for new applicants to tender for inclusion on the list. Previous successful applicants do not need to re-apply.
It is anticipated that the appointment of successful tenderers to this Outreach Service – Approved Provider List will commence on the 1st August 2022 for a period of 2 years up to and including 31st July 2024 with an option to extend for a further two periods of up to 12 months each. The option to extend will be at the discretion of the Council.
All providers must be CQC registered.
All Documents are available to download from https://yortender.eu-supply.com
Each approved provider must satisfy the quality criteria outlined in paragraph 26 of the Invitation to Tenderers document.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  100%
Price  -  Weighting:  0%
II.2.6)

Estimated value

Value excluding VAT: 5040000.00  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:  
It is anticipated that the appointment of successful tenderers to this Outreach Service – Approved Provider List will commence on the 1st August 2022 for a period of 2 years up to and including 31st July 2024 with an option to extend for a further two periods of up to 12 months each. The option to extend will be at the discretion of the Council.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: 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
II.2)

Description

II.2.1)

Title

Lot 2 - Outreach Service for Adults, Children & Young People - Approved Provider List (Calderdale Clinical Commissioning Group)
Lot No:  2
II.2.2)

Additional CPV code(s)

85000000  -  Health and social work services
II.2.3)

Place of performance

NUTS code:  UKE44 -  Calderdale and Kirklees
II.2.4)

Description of the procurement

The Borough Council of Calderdale (the “Council”) and NHS Calderdale Clinical Commissioning Group (“CCG”) invites tenders from tenderers who wish to be considered for the appointment to the Outreach Service for Adults, Children & Young People – Approved Provider List.
Lot 2 is for a contract with the CCG and tenderers may, at their discretion, choose whether or not to bid for Lot 2.
An Approved Provider List was established in August 2020 for the provision of Outreach Services for Adults, Children and Young People. The previous procurement documents provided that the list would be re-opened to new applicants to apply.
The commissioned Outreach service will promote social interaction and relationship building with peers to enable service users to undertake and be included in activities. It will promote independence through enabling and providing support where required. It will be flexible, and person-centred and designed to address the needs of the service users and ensure outcomes of support plans are met. The service will deliver services for all ages and all client groups including those fully funded through Continuing Health Care.
This tender exercise provides an opportunity for new applicants to tender for inclusion on the list. Providers who were admitted to the Outreach Service and/or Sitting Service Approved Provider Lists from 1 August 2021, (who were successful in the first tender process in 2020/21 and thereby already approved/accredited providers) do not need to submit a bid for Lot 2 - refer to section 1.10 of the Invitation to Tender. Existing Providers may notify the CCG that they wish to be considered for the CCG Service Lots. The CCG accepts the accreditation process carried out by the Council in admitting them onto the Approved Provider List(s) and thereby under the Procurement, Patient Choice and Competition Regulations 2013 is able to make a Direct Award of contract to those providers. The CCG will, at the end of the tender process, contact each Existing Provider to offer a Direct Award contract for the Outreach Service and/or Sitting Service under NHS procurement regulations. For the avoidance of doubt, Existing Providers do not need to submit a bid for Lot 2.
It is anticipated that the appointment of successful tenderers to this Outreach Service – Approved Provider List will commence on the 1st August 2022 for a period of 2 years up to and including 31st July 2024 with an option to extend for a further two periods of up to 12 months each. The option to extend will be at the discretion of the CCG.
All providers must be CQC registered.
All Documents are available to download from https://yortender.eu-supply.com
Each approved provider must satisfy the quality criteria outlined in paragraph 26 of the Invitation to Tenderers document.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  100%
Price  -  Weighting:  0%
II.2.6)

Estimated value

Value excluding VAT: 167000.00  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:  
It is anticipated that the appointment of successful tenderers to this Outreach Service – Approved Provider List will commence on the 1st August 2022 for a period of 2 years up to and including 31st July 2024 with an option to extend for a further two periods of up to 12 months each. The option to extend will be at the discretion of the CCG.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: 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
II.2.14)

Additional information

Tenderers should note that it is expected that during 2022 the CCG will become part of a West Yorkshire and Harrogate Integrated Care System which may mean that successful tenderers’ contracts for Lots 2 and 4 (where applicable) may be entered into with the CCG’s successor body.
II.2)

Description

II.2.1)

Title

Lot 3 - Day & Night Sitting Service for Adults, Children & Young People-Approved Provider List (Council)
Lot No:  3
II.2.2)

Additional CPV code(s)

85000000  -  Health and social work services
II.2.3)

Place of performance

NUTS code:  UKE44 -  Calderdale and Kirklees
II.2.4)

Description of the procurement

The Borough Council of Calderdale (the “Council”) and NHS Calderdale Clinical Commissioning Group (“CCG”) invites tenders from tenderers who wish to be considered for the appointment to the Day and Night Sitting Service for Adults, Children & Young People – Approved Provider List.
Lot 3 is for a contract with the Council and all tenderers bidding for the Sitting Service must bid for Lot 3 (it is mandatory if applying for the Sitting service).
An Approved Provider List was established in August 2020 for the provision of Day and Night Sitting Services for Adults, Children and Young People. The previous procurement documents provided that the list would be re-opened to new applicants to apply.
The commissioned Sitting Service will be to provide carers of adult service users with a break from their caring responsibility by providing support to service users in their homes to remain safe and comfortable whilst maintaining their individual dignity, privacy, freedom of choice and treating them with respect.
For children and young people, it will provide additional support to parent carers in order for children and young people to be included in family events, and allow them, as a family to lead their lives.
This tender exercise provides an opportunity for new applicants to tender for inclusion on the list. Previous successful applicants do not need to re-apply.
It is anticipated that the appointment of successful tenderers to this Sitting Service – Approved Provider List will commence on the 1st August 2022 for a period of 2 years up to and including 31st July 2024 with an option to extend for a further two periods of up to 12 months each. The option to extend will be at the discretion of the Council.
All providers must be CQC registered.
All Documents are available to download from https://yortender.eu-supply.com
Each approved provider must satisfy the quality criteria outlined in paragraph 26 of the Invitation to Tenderers document.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  100%
Price  -  Weighting:  0%
II.2.6)

Estimated value

Value excluding VAT: 560000.00  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:  
It is anticipated that the appointment of successful tenderers to this Sitting Service – Approved Provider List will commence on the 1st August 2022 for a period of 2 years up to and including 31st July 2024 with an option to extend for a further two periods of up to 12 months each. The option to extend will be at the discretion of the Council.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: 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
II.2)

Description

II.2.1)

Title

Lot 4 - Day & Night Sitting Service for Adults, Children & Young People - Approved Provider List (Calderdale Clinical Commissioning Group)
Lot No:  4
II.2.2)

Additional CPV code(s)

85000000  -  Health and social work services
II.2.3)

Place of performance

NUTS code:  UKE44 -  Calderdale and Kirklees
II.2.4)

Description of the procurement

The Borough Council of Calderdale (the “Council”) and NHS Calderdale Clinical Commissioning Group (“CCG”) invites tenders from tenderers who wish to be considered for the appointment to the Day and Night Sitting Service for Adults, Children & Young People – Approved Provider List.
Lot 4 is for a contract with the CCG and tenderers may, at their discretion, choose whether or not to bid for Lot 4.
An Approved Provider List was established in August 2020 for the provision of Sitting Services for Adults, Children and Young People. The previous procurement documents provided that the list would be re-opened to new applicants to apply.
The commissioned Sitting Service will be to provide carers of adult service users with a break from their caring responsibility by providing support to service users in their homes to remain safe and comfortable whilst maintaining their individual dignity, privacy, freedom of choice and treating them with respect.
For children and young people, it will provide additional support to parent carers in order for children and young people to be included in family events, and allow them, as a family to lead their lives.
This tender exercise provides an opportunity for new applicants to tender for inclusion on the list. Providers who were admitted to the Outreach Service and/or Sitting Service Approved Provider Lists from 1 August 2021, (who were successful in the first tender process in 2020/21 and thereby already approved/accredited providers) do not need to submit a bid for Lot 4 - refer to section 1.10 of the Invitation to Tender. Existing Providers may notify the CCG that they wish to be considered for the CCG Service Lots. The CCG accepts the accreditation process carried out by the Council in admitting them onto the Approved Provider List(s) and thereby under the Procurement, Patient Choice and Competition Regulations 2013 is able to make a Direct Award of contract to those providers. The CCG will, at the end of the tender process, contact each Existing Provider to offer a Direct Award contract for the Outreach Service and/or Sitting Service under NHS procurement regulations. For the avoidance of doubt, Existing Providers do not need to submit a bid for Lot 4.
It is anticipated that the appointment of successful tenderers to this Sitting Service – Approved Provider List will commence on the 1st August 2022 for a period of 2 years up to and including 31st July 2024 with an option to extend for a further two periods of up to 12 months each. The option to extend will be at the discretion of the CCG.
All providers must be CQC registered.
All Documents are available to download from https://yortender.eu-supply.com
Each approved provider must satisfy the quality criteria outlined in paragraph 26 of the Invitation to Tenderers document.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  100%
Price  -  Weighting:  0%
II.2.6)

Estimated value

Value excluding VAT: 167000.00  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:  
It is anticipated that the appointment of successful tenderers to this Sitting Service – Approved Provider List will commence on the 1st August 2022 for a period of 2 years up to and including 31st July 2024 with an option to extend for a further two periods of up to 12 months each. The option to extend will be at the discretion of the CCG.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: 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
II.2.14)

Additional information

Tenderers should note that it is expected that during 2022 the CCG will become part of a West Yorkshire and Harrogate Integrated Care System which may mean that successful tenderers’ contracts for Lots 2 and 4 (where applicable) may be entered into with the CCG’s successor body.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Selection criteria as stated in the Selection Questionnaire and Invitation to Tender
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Selection criteria as stated in the Selection Questionnaire and Invitation to Tender. Quality will equate to 100% of the total evaluation scoring criteria. Tenderers are required to achieve a minimum score of 40% of the total marks available for a quality question for each individual quality question as per section 20.1.4 of the Invitation to Tender. Prices per Lot are set at fixed rates and will therefore not be scored.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

The terms and conditions for this contract are available to download from https://yortender.eu-supply.com

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  17/03/2022
Local 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

Tender must be valid until:  15/06/2022
IV.2.7)

Conditions for opening of tenders

Date:  17/03/2022
Local 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:  
Annually in February
VI.3)

Additional information

Tenderers are asked to note the appointment to this Approved Provider List does not guarantee successful tenderers any work. The procedure for the award of services to approved providers is set out in the Specification which is included with the procurement documents. There are four lots. All tenderers wishing to bid for the Outreach Service must bid for Lot 1 and all tenderers wishing to bid for the Sitting Service must bid for Lot 3. Lots 2 (Outreach – CCG) and 4 (Sitting – CCG) are discretionary and tenderers may choose, at their discretion, whether or not to bid for Lots 2 and 4. For the avoidance of doubt, tenderers are not permitted to bid for Lots 2 and 4 alone.
Successful tenderers will be required to enter into a separate contract for each lot (when bidding for more than one lot). A copy of the contracts are included with the procurement documents.
The estimated total spend on the Services by the Council and the CCG combined over the entire contract period, to include the optional extension periods, is £5,934,000 (excluding VAT). This is broken down as a total estimated spend of:
Lot 1: Council - £5,040,000 (excluding VAT)
Lot 3: Council - £560,000 (excluding VAT)
Lots 2 & 4: CCG - £334,000 (excluding VAT). The CCG budget cannot be split between lots however, the majority of packages from the CCG are likely to be Outreach Services.
These are estimates only and neither the Council nor the CCG shall be bound by such estimates nor should these be interpreted as an undertaking to purchase any services.
Tenderers are asked to note that appointment to one or both of these Approved Provider Lists does not guarantee the successful tenderers any work. The procedure for the award of services to approved providers is set out in the Specification which is included with the procurement documents.
Tenderers are also asked to note that it is intended that the Outreach Service and Day and Night Sitting Service Approved Provider Lists will be re-opened for new applicants on an annual basis
VI.4)

Procedures for review

VI.4.1)

Review body

District Registry of the High Court, Leeds Combined Court
Oxford Row
Leeds
LS1 3BG
UK
Telephone: +44 113062800

VI.4.2)

Body responsible for mediation procedures

District Registry of the High Court, Leeds Combined Court
Oxford Row
Leeds
LS1 3BG
UK
Telephone: +44 113062800

VI.4.4)

Service from which information about the review procedure may be obtained

District Registry of the High Court, Leeds Combined Court
Oxford Row
Leeds
LS1 3BG
UK
Telephone: +44 113062800