Opportunity

SOL-Money Management (Appointee and Deputy) Services 2024

  • Solihull Metropolitan Borough Council

F02: Contract notice

Notice reference: 2024/S 000-007664

Published 11 March 2024, 12:17pm



Section one: Contracting authority

one.1) Name and addresses

Solihull Metropolitan Borough Council

The Council House. Manor Square

Solihull

B91 3QB

Contact

Corporate Procurement Service (Alastair Jewson)

Email

procteam@solihull.gov.uk

Country

United Kingdom

NUTS code

UKG32 - Solihull

Internet address(es)

Main address

www.solihull.gov.uk

Buyer's address

http://www.csw-jets.co.uk/

one.3) Communication

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

https://in-tendhost.co.uk/csw-jets/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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

SOL-Money Management (Appointee and Deputy) Services 2024

Reference number

SOL - 18477

two.1.2) Main CPV code

  • 66000000 - Financial and insurance services

two.1.3) Type of contract

Services

two.1.4) Short description

Solihull Council in meeting various responsibilities under the Care Act 2014 and the Mental Capacity Act 2005, seeks to support residents to access ‘money management support’ where the people lack capacity to manage their own financial affairs. These are predominantly adults with learning disabilities or who are living with dementia or physical/sensory disabilities and mental health issues and who are known to social care teams. The Council wants to commission a Money Management Service that covers the provision of appointee and Property and Affairs deputy for people ("Clients") without suitable family or friends to provide such support to ensure that their financial matters are maintained and protected to improve their health and wellbeing and promote independence. This will include people living in their own homes, which could be a shared ownership property, rented accommodation, a supported living setting or registered residential care. The contract term is anticipated to ru

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKG32 - Solihull
Main site or place of performance

Solihull.

two.2.4) Description of the procurement

Solihull Council in meeting various responsibilities under the Care Act 2014 and the Mental Capacity Act 2005, seeks to support residents to access ‘money management support’ where the people lack capacity to manage their own financial affairs. These are predominantly adults with learning disabilities or who are living with dementia or physical/sensory disabilities and mental health issues and who are known to social care teams. The Council wants to commission a Money Management Service that covers the provision of appointee and Property and Affairs deputy for people ("Clients") without suitable family or friends to provide such support to ensure that their financial matters are maintained and protected to improve their health and wellbeing and promote independence. This will include people living in their own homes, which could be a shared ownership property, rented accommodation, a supported living setting or registered residential care. The contract term is anticipated to run for 3 years from 1 July 2024 to 30 June 2027, with an option to extend for up to 4 years (potentially to 30 June 2031). The total contract value is approximately £627,680 (subject to demand). Appointee fees will be fixed and are determined by the Council; therefore, evaluation will be based on criteria which will be 95% Quality, and 5% Social Value. Tenderers are required to have a minimum annual turnover of £189,040 which is calculated on the basis of up to two times the anticipated annual value of the contract (Year 1) and the level of associated risk. Schedule 3 services are not subject to the full regime of PCR 2015 but are instead governed by the Light-Touch Regime (LTR) Regulations 74 to 77 of the Public Contract Regulations (PCR) 2015. Neither the inclusion of a bidder selection stage, nor the use of any language or terms found in the PRC 2015, nor the description of the procedure voluntarily adopted by the Contracting Authorities ('Open', 'Restricted', etc., or any other description), nor any other indication, shall be taken to mean that the Contracting Authorities intends to hold itself bound by PCR 2015, save by the provisions applicable to services coming within the scope of Schedule 3 of PCR 2015. The Contracting Authority will run a transparent tender process, treating all bidders equally and will follow the basic principles of the procedures to test the capacity, capability, technical and financial competence of bidders. The Council reserves the right to not use or to modify the standard standstill period.

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: £627,680

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 July 2024

End date

30 June 2027

This contract is subject to renewal

Yes

Description of renewals

The contract term is anticipated to run for 3 years from 1 July 2024 to 30 June 2027, with an option to extend for up to 4 years (potentially to 30 June 2031).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Tenderers are required to have a minimum annual turnover of £189,040 which is calculated on the basis of up to two times the anticipated annual value of the contract (Year 1) and the level of associated risk. Please refer to tender documents.


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

Refer to tender documents.

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Refer to Tender documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

18 April 2024

Local time

12:00pm

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

Tender must be valid until: 17 June 2024

four.2.7) Conditions for opening of tenders

Date

18 April 2024

Local time

12:00pm

Place

Solihull MBC


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Solihull Metropolitan Borough Council

Solihull

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Refer to tender documents.Alternatively, contact the Public Procurement Review Service by sending an email to: publicprocurementreview@cabinetoffice.gov.uk or by telephoning our help desk on: 0345 010 3503 .