Contract notice

Information

Published

Expire date: 30/07/2027

External Reference: 2022-531907

FTS Reference: 2022-029741

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Barnsley Metropolitan Borough Council
N/A
Town Hall
Barnsley, South Yorkshire
S70 2TA
UK
NUTS code:  UK -  UNITED KINGDOM
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=54157&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

Adult Community Support and Enablement Service
Reference number:  60273
II.1.2)

Main CPV code

85000000  -  Health and social work services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Barnsley Metropolitan Borough Council (the Council), is looking to establish a five-year open flexible framework for the provision of independent housing-based enablement support. The service covers a wide range of support needs for everyday tasks, personal care, managing budgets, maintaining health and wellbeing plus being supported in the community in terms of appointments and activities.The service providers on the framework will support a wide range of needs which overall reduces the requirement for residential care.
The framework is split into Tiers that bidders may apply for:
Tier 1 - Standard Support
Tier 2 – Complex Care
Tier 3 – A new tier introduced for enhanced support
The framework will be in place for 5 years during which time providers may apply to join or may exit at any time. The framework will commence on 1st March 2023, Total estimate is for the total 5 years
II.1.5)

Estimated total value

Value excluding VAT: 62279285.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

85310000  -  Social work services
85312100  -  Daycare services
85312200  -  Homedelivery of provisions
85320000  -  Social services
85321000  -  Administrative social services
85322000  -  Community action programme
85323000  -  Community health services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Barnsley Metropolitan Borough Council (the Council), is looking to establish a five-year flexible framework for the provision of independent housing-based enablement support. The service covers a wide range of support needs for everyday tasks, personal care, managing budgets, maintaining health and wellbeing plus being supported in the community in terms of appointments and activities.The service providers on the framework will support a wide range of needs which overall reduces the requirement for residential care.The framework is split into Tiers that bidders may apply for: Tier 1 - Standard Support, Tier 2 – Complex Care, Tier 3 – A new tier introduced for enhanced support. The framework will be in place for 5 years during which time providers may apply to join or may exit at any time.
The framework will commence on 1st March 2023, Total estimate is for the total 5 years
The framework will commence on the 1st March 2023, and finish on the 29th February, 2028. It is anticipated the total value of the framework will not exceed £62,279,285 over the full 5 year term, however the Council does not guaranteed this or any level of spend through any category of the framework. Please note that this figure includes the current support packages delivered by providers on the current framework which will transfer over to the new framework and future support packages.
First Deadline for Submission of Framework Documentation is 21st November 2022 at 12 noon and then the 30th of each month at 12 noon thereafter up until 30th July 2027. See framework documentation on YORtender.
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: 62279285.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/03/2023  /  End: 29/02/2028
This contract is subject to renewal: no
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.1.3)

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:  100
In the case of framework agreements, provide justification for any duration exceeding 4 years:  This is a framework under the Light Touch Regime
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:  30/07/2027
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:  30/10/2027
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Justice
The Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

High Court of Justice
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
UK

VI.4.4)

Service from which information about the review procedure may be obtained

The High Court of Justice
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
UK