Tender

Framework for the Provision of Day Opportunities Services

  • DERBY CITY COUNCIL

F02: Contract notice

Notice identifier: 2025/S 000-000024

Procurement identifier (OCID): ocds-h6vhtk-04cd3c

Published 2 January 2025, 1:44pm



Section one: Contracting authority

one.1) Name and addresses

DERBY CITY COUNCIL

Corporation Street

Derby

DE1 2FS

Contact

Paul Hallsworth

Email

procurement@derby.gov.uk

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

www.derby.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.eastmidstenders.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.eastmidstenders.org

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].