Contract notice

Information

Published

Expire date: 14/11/2022

External Reference: 2022-527927

FTS Reference: 2022-028826

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
Contact person: Christine Kendall
NUTS code:  UKE44 -  Calderdale and Kirklees
Internet address(es):
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=53885&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

Supported Living Approved Provider List
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) invites Tenders from Tenderers who wish to be considered for the provision of Personal Support in Supported Living Services (Approved Provider List) (the “Service”).
II.1.5)

Estimated total value

Value excluding VAT: 122000000.00  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 – Low Learning Disability and/or Mental Health Needs’
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
NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

The Borough Council of Calderdale (the Council) invites Tenders from Tenderers who wish to be considered for the provision of Personal Support in Supported Living Services (Approved Provider List) (‘’the Service’’) Lot 1 is for Tenants with low disability and/or mental health needs. It is anticipated that the contract will commence on the 1st of April 2023 for a period of eight (8) years with an option to extend for one (1) further period of 24 months. Supported Living is a combination of housing and support for people with a learning disability and/or mental health needs. This model of support allows people to have their own tenancies with a Registered Social Landlord and receive support to live their lives and be as independent as possible. Support includes personal care and tenancy related support. The vision for supported living is to make sure that adults are able to have an independent life, within their own home, live within their community and with assistance from support staff they are able to do this. The Provider should provide a person-centred service for adults (‘’Tenants’’) with assessed eligible social care needs who live in supported accommodation. It shall focus on what Tenants can do for themselves either independently or through natural networks of support. There will be an emphasis on skills to strengthen a Tenant’s independence and rebuilding a Tenant’s confidence thereby maximising their independence.
Tenderers are being invited to submit a Tender for a place on the Council’s approved provider list. Please note that appointment to the 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 document entitled ‘Procedure for the Procurement and Provider Selection for the Supported Living Approved Provider List’ which is included in the tender documents. Quality will equate to 100% of the total evaluation criteria. Prices per Lot are set at fixed hourly rate(s) and therefore will not be scored. Admission onto the approved provider list will be on the basis of Tenderers achieving a minimum quality score of 50% as stated in the invitation to tender documents.
There will be no limit on the number of approved providers on the approved provider list. Each approved provider must satisfy the quality criteria outlined in paragraphs 17 and 18 of the invitation to tender documents. This opportunity may been re-opened approximately every two years during its term (dependant on the Council’s need for new providers). Tenderers should note that there may be a delay to the start date of up to 6 months to enable an effective consultation and mobilisation process. The Council will inform Tenderers/successful Tenderers of any delays to the start date as soon as practically possible.
Tenderers should note that any stated values are estimates and the Council shall not be bound by such estimates nor should these be interpreted as an undertaking to purchase any services.’
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: 30500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:  
1 x 24 month extension period
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 Moderate Learning Disability and/or Mental Health Needs
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) invites Tenders from Tenderers who wish to be considered for the provision of Personal Support in Supported Living Services (Approved Provider List) (‘’the Service’’) Lot 2 is for Tenants with moderate disability and/or mental health needs. It is anticipated that the contract will commence on the 1st of April 2023 for a period of eight (8) years with an option to extend for one (1) further period of 24 months. Supported Living is a combination of housing and support for people with a learning disability and/or mental health needs. This model of support allows people to have their own tenancies with a Registered Social Landlord and receive support to live their lives and be as independent as possible. Support includes personal care and tenancy related support. The vision for supported living is to make sure that adults are able to have an independent life, within their own home, live within their community and with assistance from support staff they are able to do this. The Provider should provide a person-centred service for adults (‘’Tenants’’) with assessed eligible social care needs who live in supported accommodation. It shall focus on what Tenants can do for themselves either independently or through natural networks of support. There will be an emphasis on skills to strengthen a Tenant’s independence and rebuilding a Tenant’s confidence thereby maximising their independence.
Tenderers are being invited to submit a Tender for a place on the Council’s approved provider list.
Please note that appointment to the 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 document entitled ‘Procedure for the Procurement and Provider Selection for the Supported Living Approved Provider List’ which is included in the tender documents. Quality will equate to 100% of the total evaluation criteria. Prices per Lot are set at fixed hourly rate(s) and therefore will not be scored. Admission onto the approved provider list will be on the basis of Tenderers achieving a minimum quality score of 50% as stated in the invitation to tender documents.
There will be no limit on the number of approved providers on the approved provider list. Each approved provider must satisfy the quality criteria outlined in paragraphs 17 and 18 of the invitation to tender documents. This opportunity may been re-opened approximately every two years during its term (dependant on the Council’s need for new providers). Tenderers should note that there may be a delay to the start date of up to 6 months to enable an effective consultation and mobilisation process. The Council will inform Tenderers/successful Tenderers of any delays to the start date as soon as practically possible.
Tenderers should note that any stated values are estimates and the Council shall not be bound by such estimates nor should these be interpreted as an undertaking to purchase any services
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: 30500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:  
1 x 24 month extension period
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 3 Complex Learning Disability and/or Mental Health Needs
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) invites Tenders from Tenderers who wish to be considered for the provision of Personal Support in Supported Living Services (Approved Provider List) (‘’the Service’’) Lot 3 is for Tenants with complex disability and/or mental health needs. It is anticipated that the contract will commence on the 1st of April 2023 for a period of eight (8) years with an option to extend for one (1) further period of 24 months. Supported Living is a combination of housing and support for people with a learning disability and/or mental health needs. This model of support allows people to have their own tenancies with a Registered Social Landlord and receive support to live their lives and be as independent as possible. Support includes personal care and tenancy related support. The vision for supported living is to make sure that adults are able to have an independent life, within their own home, live within their community and with assistance from support staff they are able to do this. The Provider should provide a person-centred service for adults (‘’Tenants’’) with assessed eligible social care needs who live in supported accommodation. It shall focus on what Tenants can do for themselves either independently or through natural networks of support. There will be an emphasis on skills to strengthen a Tenant’s independence and rebuilding a Tenant’s confidence thereby maximising their independence.
Tenderers are being invited to submit a Tender for a place on the Council’s approved provider list.
Please note that appointment to the 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 document entitled ‘Procedure for the Procurement and Provider Selection for the Supported Living Approved Provider List’ which is included int he tender documents. Quality will equate to 100% of the total evaluation criteria. Prices per Lot are set at fixed hourly rate(s) and therefore will not be scored. Admission onto the approved provider list will be on the basis of Tenderers achieving a minimum quality score of 50% in total for quality questions 1-7 and 3/5 for question 8 as stated in the invitation to tender documents.
There will be no limit on the number of approved providers on the approved provider list. Each approved provider must satisfy the quality criteria outlined in paragraphs 17 and 18 of the invitation to tender documents. This opportunity may been re-opened approximately every two years during its term (dependant on the Council’s need for new providers). Tenderers should note that there may be a delay to the start date of up to 6 months to enable an effective consultation and mobilisation process. The Council will inform Tenderers/successful Tenderers of any delays to the start date as soon as practically possible.
Tenderers should note that any stated values are estimates and the Council shall not be bound by such estimates nor should these be interpreted as an undertaking to purchase any services
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: 61000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:  
1 x 24 Month extension period
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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

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:  14/11/2022
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  14/11/2022
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
Strand
London
WC2A 2LL
UK
Telephone: +44 2079476112
Internet address: https://www.judiciary.uk/

VI.4.2)

Body responsible for mediation procedures

High Court of England and Wales
Strand
London
WC2A 2LL
UK
Telephone: +44 2079476112
Internet address: https://www.judiciary.uk/

VI.4.4)

Service from which information about the review procedure may be obtained

High Court of England and Wales
Strand
London
WC2A 2LL
UK
Telephone: +44 2079476112
Internet address: https://www.judiciary.uk/