Contract notice

Information

Published

Date of dispatch of this notice: 21/03/2016

Expire date: 25/04/2016

External Reference: 2016-928976

TED Reference: 2016/S 058-098218

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Brighton & Hove City Council
n/a
King's House, Grand Avenue
BN3 2SR  Hove
UK
For the attention of: Edward Barfoot
Telephone: +44 1273291391
E-mail: edward.barfoot@brighton-hove.gov.uk
Internet address(es):
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/9495
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15223&B=BRIGHTON-HOVE
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15223&B=BRIGHTON-HOVE
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Regional or local authority
I.3)

Main activity

  • General public services
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes
Brighton and Hove Clinical Commissioning Group
Level 4, Lanchester House, Trafalgar Place
BN1 4FU  Brighton
UK

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Home Care

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No25:  Health and social services
    Main site or location of works, place of delivery or of performance:

    Hove

    NUTS code
    Brighton and Hove
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    The Council currently operates a Home Care framework agreement with a

    number of different providers, providing a home care service to around 1,500

    service users. New referrals via this framework agreement will cease from 5th

    September 2016.

    The Council is running the procurement in conjunction with Brighton and Hove Clinical Commissioning Group, who will be party to the awarded contracts. The term “Commissioners“ is used throughout documents and refers jointly to both parties.

    The Council is seeking to award home care contracts to a number of different

    providers for four separate Lots via this procurement process. Providers may

    submit tenders for single or multiple Lots. The Service Specifications in the

    procurement documents provide further detail on the specific requirements for

    each Lot. Contracts are for a duration of an initial five years, with provision for

    extensions of up to two additional years. The Lots are broken down as follows:

    Lot 1: Area Providers: Lead and Back up. A Lead Provider and Back-Up Provider will be appointed

    to each of the ten Areas. A total of 20 potential contracts are available.

    Lot 2: Homeless : A single Provider (or multiple Providers as part of a

    single bid) will be awarded the contract for this Lot

    Lot 3: Extra Care Patching Lodge : A single Provider (or multiple Providers as

    part of a single bid) will be awarded the contract for this Lot

    Lot 4: Extra Care New Larchwood and Library Court : A single Provider (or

    multiple Providers as part of a single bid) will be awarded the contract for this Lot

    Estimated values:

    Lot 1: £1 – 11million per annum

    Lot 2: £130,000 per annum

    Lot 3: £430,000 per annum

    Lot 4: £280,000 per annum

    Please register your interest via the Council‘s e-sourcing portal for access to the

    full documentation. It is envisaged that associated systems and processes relating to the delivery of this contract will move towards seven day working during the life of the contract.

    IMPORTANT: Please note: To access the TUPE information you are required to

    complete the Non-Disclosure Agreement included in the tender documents

    section on the Portal and submit it via the EU Supply messaging tool relevant to

    this tender.

    Providers for all Lots will be required to use the Council’s nominated care management system to accept/reject offered care packages and for communication relating to specific care packages. Full details on the system, including potential training events will be discussed with the successful providers as part of the implementation process.

    In addition to the contracts awarded as part of this procurement process, the Council intends to establish a Dynamic Purchasing System (DPS) as a complementary referral route for home care packages. It is anticipated that the Council will open the application process for the DPS in the summer of 2016, with a view to commencement on 5th September 2016. A further Contract Notice for this procurement process will be published.

    This procurement and the contracts awarded as a result of it are suitable for SMEs. Social value has been considered throughout the development of the service specifications and is part of the evaluation methodology.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    85300000   Social work and related services
    Supplementary vocabulary
    85000000   Health and social work services
    85312400   Welfare services not delivered through residential institutions
    85323000   Community health services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  no
    II.1.8)

    Lots

    This contract is divided into lots:  yes
    Tenders may be submitted for  one or more lots
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    Estimated cost excluding VAT
    Range: between  75000000  and 95000000  GBP
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 084 (from the award of the contract)

    Information about lots

    Lot No: 1  Lot title: Area Providers - Lead and Back Ups
    1)

    Short description:

    The Commissioners intend to allocate the majority of Core and Enhanced home care service agreements via Lot 1. Please see the Service Specification for definitions.

    The Commissioners have divided the city into ten geographical areas (referred to as “areas”). A map and details on postcodes and existing activity levels are included in the tender documentation

    Following the tender process, successful providers will be awarded “Lead” or “Back-up” status for an area or a number of areas. Subject to service user preference, Core and Enhanced home care packages will be initially offered to the Lead provider for the appropriate area, based on the service user’s postcode.

    In the event that the home care package is not accepted by the Lead provider in the area within the required timescales, it will be offered to the Back-up provider for that area.

    If the home care package is subsequently not accepted by the Back-up provider, it will be let as an individual service agreement via a separately procured DPS. Commissioners reserve the right to amend this referral process.

    The Commissioners intend to pay a fixed hourly rate for activity provided in Lot 1. As a result, bidders are not required to submit a Pricing Schedule for Lot 1.

    This tender process and subsequently awarded contracts in this Lot are for new referrals only, commencing on 5th September 2016.

    Existing demand levels are included in the tender documentation as a guide, however the Commissioners do not guarantee any level of referrals for Lot 1 and reserve the right to amend the referral process as required. Bidders will be awarded a maximum of three areas (and a maximum of two areas as Lead).

    Lead and Back-up providers will be subject to contract management requirements as detailed in the specification, including a set of Key Performance Indicators (KPIs). Bidders must ensure they fully consider these requirements, and their ability to meet the required standards, when considering whether to submit a tender.

    Providers providing a service to the Council under Lot 1 will be required to use the Council’s nominated Electronic Call Monitoring System (ECMS). Provider’s staff will be required to log their entry and exit times via telephone when starting and finishing a visit. The use of this system will be monitored and compliance will be one of the KPIs. Details are provided in the Service Specification.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    85300000   Social work and related services
    Supplementary vocabulary
    85000000   Health and social work services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 2  Lot title: Homeless
    1)

    Short description:

    Lot 2 is for a separate contract to provide a home care service to adults who are homeless or living in supported accommodation and who have an assessed social care need.

    The service will be delivered across the administrative area of Brighton and Hove City Council at the following accommodation types:

    - Bed and Breakfast/Temporary Accommodation

    - Hostels

    - Housing First

    - Supported Accommodation

    Details of the above accommodation types can be found in the Service Specification for this Lot.

    The service will work in collaboration with existing Homeless services in improving the health and wellbeing outcomes for this service user group – full details of the requirements of the service are provided in the Service Specification.

    The Council anticipates that activity under this contract will increase over its term – providers will be expected to cater for fluctuating demand and be able to deliver the service at additional locations within the City as required.

    To assist in establishing and maintaining the service, the Commissioners are guaranteeing payment for a minimum of 100 (one hundred) hours per week from the commencement date of the contract (5th September 2016). Details on the existing level and location of demand (at time of writing) is provided in the tender documents.

    For Lot 2, the Council intends to terminate the existing provider’s service agreements relating to service users under this contract and transfer them to the successful bidder for commencement on 5th September 2016. Bidders should fully consider any potential TUPE implications, as detailed in section 3.6 of this ITT.

    Commissioners are inviting bidders to propose an hourly rate for the delivery of Lot 2, to be fully inclusive of all costs associated with the delivery of the service. This proposed rate will form part of the evaluation process – see “Evaluation Criteria” and “Pricing Schedule” in the ITT for full details.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    85300000   Social work and related services
    Supplementary vocabulary
    85000000   Health and social work services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 3  Lot title: Extra Care Patching Lodge
    1)

    Short description:

    The Commissioners require a home care service to be delivered at the Patching Lodge Extra Care building in Park Street, Kemp Town (BN2 0AQ).

    The successful bidder in this Lot will be required to provide a home care service to all adults in the scheme whose care is managed by the Commissioners.

    The Commissioners are inviting bidders to propose an hourly rate for the delivery of the service to adults at the scheme. Additionally, each bidder must propose an annual inclusive amount to cover additional costs associated with the delivery of the service, outside of the direct provision of care. These proposed rates will form part of the evaluation process – see “Evaluation Criteria” and “Pricing Schedule” in the ITT for full details.

    For this Lot, the Council intends to terminate the existing provider’s service agreements relating to service users under this contract and transfer them to the successful bidder for commencement on 5th September 2016. Bidders should consider any potential TUPE implications, as detailed in the ITT.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    85300000   Social work and related services
    Supplementary vocabulary
    85000000   Health and social work services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 4  Lot title: Extra Care New Larchwood and Library Court
    1)

    Short description:

    The Commissioners require a home care service to be delivered at the New Larchwood Extra Care building in Waldron Avenue, Coldean (BN1 9EZ) and the neighbouring Library Court building.

    The successful bidder in this Lot will be required to provide a home care service to all adults in the scheme whose care is managed by the Commissioners.

    The Commissioners are inviting bidders to propose an hourly rate for the delivery of the service to adults at the scheme. Additionally, each bidder must propose an annual inclusive amount to cover additional costs associated with the delivery of the service, outside of the direct provision of care. These proposed rates will form part of the evaluation process – see “Evaluation Criteria” and “Pricing Schedule” in the ITT for full details.

    For this Lot, the Council intends to terminate the existing provider’s service agreements relating to service users under this contract and transfer them to the successful bidder for commencement on 5th September 2016. Bidders should consider any potential TUPE implications, as detailed in section 3.6 of the ITT.

    Please note: The existing service at New Larchwood is provided by in-house Council staff and it is anticipated a TUPE transfer will take place. Bidders for Lot 4 are required to complete and submit additional documentation (see section 3.7 of the ITT document for further information). Bidders must ensure they have reviewed the associated pensions information for this Lot, released as part of the TUPE documentation.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    85300000   Social work and related services
    Supplementary vocabulary
    85000000   Health and social work services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    Please see tender documents for full information

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    Please see tender documents for full information

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Please see tender documents for full information

    Minimum level(s) of standards possibly required:
    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Please see tender documents for full information

    Minimum level(s) of standards possibly required:

    Active CQC Registration. Please see tender documents for full information

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    HC2016

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    25.04.2016 - 15:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    Duration in months: 005 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    Persons authorised to be present at the opening of tenders: no

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no