Section one: Contracting authority
one.1) Name and addresses
Department of Health and Social Care
39 Victoria Street
London
SW1H 0EU
Contact
gauri priya jain
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-of-health-and-social-care
Buyer's address
https://www.gov.uk/government/organisations/department-of-health-and-social-care
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DHSC Continuous Adult Social care (ASC) and Public health Improvement for Local Authorities and Practitioners
Reference number
C257153
two.1.2) Main CPV code
- 75120000 - Administrative services of agencies
two.1.3) Type of contract
Services
two.1.4) Short description
The Department of Health and Social Care (the “Authority”) is inviting tenders from suitably experienced and qualified suppliers for the provision of Continuous Adult Social care (ASC) and
Public health Improvement for Local Authorities and Practitioners. The aim of this procurement is to provide a comprehensive, evidence-based programme of support and improvement activity that helps local authorities and practitioners deliver adult social care and public health statutory duties and improve services so that everyone can access high quality care that enables choice, control and independence. The programme will identify the support needs of local authorities and social care practitioners and design and deliver support and improvement activity in response. This support should include the delivery of digital evidence-based best practice materials, practical tools, and training across the adult social care and public health systems that is tailored to a diverse range of national, regional and local needs. The programme offers tailored support to local authorities, where particular needs have been identified through self-assessment or through CQC assurance, and work with the Authority and its other partners to target support and improvement activity to where it is most needed.
The contract shall be initially for a duration of 9 months but may be extended at authority's sole discretion subjected to business approval and funds availability.
This procurement is under the scope of Light-touch regime (LTR) rules of PCR 2015- Regulations 74 to 77.
two.1.5) Estimated total value
Value excluding VAT: £7,972,950
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI3 - Inner London – West
two.2.4) Description of the procurement
The aim of this procurement is to provide a comprehensive, evidence-based programme of support and improvement activity that helps local authorities and practitioners deliver adult social care and public health statutory duties and improve services so that everyone can access high quality care that enables choice, control and independence. The authority wants to establish ways for everyone to be able to see what is working well in adult social care and where improvements are needed, including new Care Quality Commission (CQC) assessments and published ratings of how well local authorities (LAs) are delivering their duties under the Care Act 2014 (Part One); and a new data collection from all 153 LAs, complementing data from care providers giving up-to-date national information on adult social care.
Our priority is to support LAs to lead their own improvement wherever possible.
The Authority wants to commission a support offer with three clear strands:
i) A universal support offer that strengthens and facilitates the sector’s own self-improvement by making guidance, best practice resources, practical toolkits, training, and collaboration opportunities available to LAs and adult social care practitioners.
ii) A targeted support offer to help LAs identify, diagnose and tackle problems in delivering their statutory duties or implementing adult social care reforms.
The Contractor will be required to work closely with the Authority and its other improvement support and improvement partners to help target support.
iii) A reactive support programme, working with the authority and its partners to support LAs that have been identified as failing or at risk of failing to discharge their duties under Care Act 2014 Part 1.
We want a robust feedback loop from the Contractor to the Authority so that insight from improvement activity can be used to inform policy and future commissioning.
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: £7,972,950
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
9
This contract is subject to renewal
No
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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.1.8) 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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
18 April 2024
Local time
1:00pm
Place
Online opening via procurement portal Atamis.
Information about authorised persons and opening procedure
The authorised procurement lead.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
London
London
Country
United Kingdom