Section one: Contracting authority
one.1) Name and addresses
DERBY CITY COUNCIL
Corporation Street
Derby
DE1 2FS
Contact
Paul Hallsworth
Telephone
+44 1332640768
Country
United Kingdom
Region code
UKF11 - Derby
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework for the Provision of Day Opportunities Services
Reference number
TD2104
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Tenders are invited for places on a framework for the provision of a Managed Day Opportunities Service.
Our requirements are for the provision of outcome focussed, person-centred day opportunities that provide eligible Customers aged 16+ years (including older adults aged 65+) with a range of activities that will help them achieve a fulfilling and independent life contributing to improving their overall well-being as well as, where appropriate, giving their Carers a break.
Customers may be older adults living with multiple long-term conditions, frailty and dementia, or younger adults with physical and / or learning difficulties. Services are also required for Customers with primary needs relating to their mental health.
Service providers will be located within the Derby City area, which is defined as within Derby City or a 10-mile radius of the Derby City boundary.
Partner organisations such as Derbyshire County Council, Nottingham City Council and Nottinghamshire County Council (referred to as D2N2), Derby & Derbyshire Integrated Care Board (ICB, known as Joined Up Care Derbyshire JUCD) and other NHS organisations within the D2N2 area may access the Framework and use the 'Call Off' arrangements.
two.1.5) Estimated total value
Value excluding VAT: £40,640,640
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Low - Group support, 1:1
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKF11 - Derby
two.2.4) Description of the procurement
Our requirements are for the provision of outcome focussed, person-centred day opportunities that provide eligible Customers aged 16+ years (including older adults aged 65+) with a range of activities that will help them achieve a fulfilling and independent life contributing to improving their overall well-being as well as, where appropriate, giving their Carers a break.
Customers may be older adults living with multiple long-term conditions, frailty and dementia, or younger adults with physical and / or learning difficulties. Services are also required for Customers with primary needs relating to their mental health.
Service providers will be located within the Derby City area, which is defined as within Derby City or a 10-mile radius of the Derby City boundary.
Partner organisations such as Derbyshire County Council, Nottingham City Council and Nottinghamshire County Council (referred to as D2N2), Derby & Derbyshire Integrated Care Board (ICB, known as Joined Up Care Derbyshire JUCD) and other NHS organisations within the D2N2 area may access the Framework and use the 'Call Off' arrangements.
Lot 1:
• customers who can be supported in a low-level group
• customers who can be left alone for short periods of time.
• needs low level support with communication
• needs a verbal prompt with personal care, hygiene.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £40,640,640
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Up to five extensions of 12 months each.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Up to five extensions of 12 months each.
two.2.14) Additional information
The Council reserves the right to open a Lot or Lots and run an open competitive tendering process to replace existing Framework Service Provider due to failure/poor performance/material breaches etc.
There will also be the option of opening up a Lot or Lots to add an additional Service Provider where there are capacity issues within that Lot.
two.2) Description
two.2.1) Title
Medium - Small Group support, 1:1
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKF11 - Derby
two.2.4) Description of the procurement
Our requirements are for the provision of outcome focussed, person-centred day opportunities that provide eligible Customers aged 16+ years (including older adults aged 65+) with a range of activities that will help them achieve a fulfilling and independent life contributing to improving their overall well-being as well as, where appropriate, giving their Carers a break.
Customers may be older adults living with multiple long-term conditions, frailty and dementia, or younger adults with physical and / or learning difficulties. Services are also required for Customers with primary needs relating to their mental health.
Service providers will be located within the Derby City area, which is defined as within Derby City or a 10-mile radius of the Derby City boundary.
Partner organisations such as Derbyshire County Council, Nottingham City Council and Nottinghamshire County Council (referred to as D2N2), Derby & Derbyshire Integrated Care Board (ICB, known as Joined Up Care Derbyshire JUCD) and other NHS organisations within the D2N2 area may access the Framework and use the 'Call Off' arrangements.
Lot 2:
• customers who can be supported in a smaller group
• can go out as a group (would stay with a member of staff and be aware of traffic risks)
• may require extra support with communication.
• need verbal prompts with hygiene, personal care.
• positive behaviour management
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £40,640,640
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Up to five extensions of 12 months each.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Up to five extensions of 12 months each.
two.2.14) Additional information
The Council reserves the right to open a Lot or Lots and run an open competitive tendering process to replace existing Framework Service Provider due to failure/poor performance/material breaches etc.
There will also be the option of opening up a Lot or Lots to add an additional Service Provider where there are capacity issues within that Lot.
two.2) Description
two.2.1) Title
High - Small Group support, 1:1
Lot No
3
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKF11 - Derby
two.2.4) Description of the procurement
Our requirements are for the provision of outcome focussed, person-centred day opportunities that provide eligible Customers aged 16+ years (including older adults aged 65+) with a range of activities that will help them achieve a fulfilling and independent life contributing to improving their overall well-being as well as, where appropriate, giving their Carers a break.
Customers may be older adults living with multiple long-term conditions, frailty and dementia, or younger adults with physical and / or learning difficulties. Services are also required for Customers with primary needs relating to their mental health.
Service providers will be located within the Derby City area, which is defined as within Derby City or a 10-mile radius of the Derby City boundary.
Partner organisations such as Derbyshire County Council, Nottingham City Council and Nottinghamshire County Council (referred to as D2N2), Derby & Derbyshire Integrated Care Board (ICB, known as Joined Up Care Derbyshire JUCD) and other NHS organisations within the D2N2 area may access the Framework and use the 'Call Off' arrangements.
Lot 3:
• support in the day service always
• behaviours that challenge
• can be part of a group but may need 1:1
• customers who require one dedicated member of staff available to them at all times due to behaviour
• medical risks e.g. Severe Epilepsy
• requires support when going into the community
• personal care included
• may require high level of support with communicating
• high risk of falls
• high mobility difficulties
• hoisting for personal care or physical support.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Up to five extensions of 12 months each.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Up to five extensions of 12 months each.
two.2.14) Additional information
The Council reserves the right to open a Lot or Lots and run an open competitive tendering process to replace existing Framework Service Provider due to failure/poor performance/material breaches etc.
There will also be the option of opening up a Lot or Lots to add an additional Service Provider where there are capacity issues within that Lot.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Information and formalities necessary for evaluating if requirements are met:
Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where
he has entered into an arrangement with creditors, where he has suspended business activities or is
in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding
up the administration by the court or of an arrangement with creditors or of any other similar
proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the
legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract
authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in
accordance with the legal provisions of the country in which he is established or with those of the
country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal
provisions of the country in which he is established or with those of the country of the contracting
authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section
or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in
Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of
26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention
relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in
Article 1 of Council
Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the
purpose of money laundering.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The procurement process adopted by the Council is based on the 'Open' tendering procedure as detailed in the Public Contracts Regulations 2015, but with the flexibility provided by the Light Touch Regime (Regulation s74 to 77) as detailed in Public Contract Regulations 2015.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 February 2025
Local time
11:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
6 February 2025
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
Partner organisations such as Derbyshire County Council, Nottingham City Council and Nottinghamshire County Council (referred to as D2N2), Derby & Derbyshire Integrated Care Board (ICB, known as Joined Up Care Derbyshire JUCD) and other NHS organisations within the D2N2 area may access the Framework and use the 'Call Off' arrangements.
The Council reserves the right to open a Lot or Lots and run an open competitive tendering process to replace existing Framework Service Provider due to failure/poor performance/material breaches etc.
There will also be the option of opening up a Lot or Lots to add an additional Service Provider where there are capacity issues within that Lot.
Under this procurement the supplier is required to participate actively in the economic and social regeneration of the locality of and surrounding the area served by Derby City Council. Accordingly contract performance conditions may relate in particular to social and environmental considerations.
Please note suppliers wishing to express interest and obtain the documentation must do so by 11.30pm on 05/02/2025. It is recommended that you express interest and obtain the documentation well before this time to allow sufficient time to prepare and submit a bid.
The deadline for returns is 10.00am on Thursday 06/02/2025.
Documents are available at www.eastmidstenders.org
Please search for TD2104 - DN748755.
Please note: we will only accept expressions of interest through the e-tendering system
six.4) Procedures for review
six.4.1) Review body
Derby City Council
Derby
DE1 2FS
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Derby City Council will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into.
Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be required from the contact details provided in section 1.1 of this notice.
If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (Si 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court(England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months).
Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages. [The purpose of the standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into].