Section one: Contracting authority
one.1) Name and addresses
The Borough Council of Calderdale
Town Hall, Crossley Street
Halifax
HX1 1UJ
Contact
Bob Farr
Country
United Kingdom
Region code
UKE44 - Calderdale and Kirklees
Internet address(es)
Main address
https://www.calderdale.gov.uk/v2
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/103251
one.1) Name and addresses
NHS Calderdale Clinical Commissioning Group (CCG)
2nd Floor, Westgate House, Westgate
Halifax
HX1 1PW
Country
United Kingdom
Region code
UKE44 - Calderdale and Kirklees
Internet address(es)
Main address
https://www.calderdaleccg.nhs.uk/
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=46181&B=UK
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=46181&B=UK
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
All Age Domiciliary Care Services - Approved Provider List
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
The Borough Council of Calderdale ("the Council") and NHS Calderdale Clinical Commissioning Group ("the CCG") invites tenders from tenderers who wish to be considered for appointment to the All Age Domiciliary Care Services - Approved Provider List. The service will be to provide personal care for all ages and all client groups, including those fully funded through Continuing Health Care. This will include children and young people who have been assessed as having a significant physical disability (which could include sensory or mental impairments), and adults who have been assessed and who have eligible needs associated with older age, sensory impairment, learning disability, physical disability, physical ill health, and mental health conditions including dementia. Lot 1 is for a contract with the Council and Lot 2 is for a contract with the CCG. All tenderers must bid for Lot 1 (it is mandatory). Lot 2 is discretionary and tenderers may choose whether or not to bid for Lot 2
two.1.5) Estimated total value
Value excluding VAT: £8,000,000
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
Lot 1 - Council Contract
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
two.2.4) Description of the procurement
The Borough Council of Calderdale ("the Council") and NHS Calderdale Clinical Commissioning Group ("the CCG") invites tenders from tenderers who wish to be considered for appointment to the All Age Domiciliary Care Services - Approved Provider List.
Lot 1 is for a contract with the Council. All tenderers must bid for Lot 1 (it is mandatory).
An Approved Provider List was established in November 2019 for the provision of All Age Domiciliary Care Services. The previous procurement documents provided that the list would be re-opened for new applicants to apply.
The commissioned service will be to provide personal care for all ages and all client groups, including those fully funded through Continuing Health Care. This will include children and young people who have been assessed as having a significant physical disability (which could include sensory or mental impairments), and adults who have been assessed and who have eligible needs associated with older age, sensory impairment, learning disability, physical disability, physical ill health, and mental health conditions including dementia.
This tender exercise provides an opportunity for new applicants to tender for inclusion on the list. Previous successful applicants do not need to re-apply.
It is anticipated that the appointment of successful tenderers to this All Age Domiciliary Care Services - Approved Provider List will commence on the 1st November 2022 for a period of 3 years up to and including 31st October 2025 with an option to extend for a further period or periods of up to two years. The option to extend will be at the discretion of the Council. All providers must be CQC registered.
All Documents are available to download from https://yortender.eu-supply.com
Each approved provider must satisfy the quality criteria outlined in paragraph 26 of the Invitation to Tenderers document
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100%
Cost criterion - Name: Fixed Price / Weighting: 0%
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
36 month contract with the option to extend by a period or periods of up to 24 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 2 - CCG Contract
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
two.2.4) Description of the procurement
The Borough Council of Calderdale ("the Council") and NHS Calderdale Clinical Commissioning Group ("the CCG") invites tenders from tenderers who wish to be considered for appointment to the All Age Domiciliary Care Services - Approved Provider List.
Lot 2 is for a contract with the CCG. Tenderers may, at their discretion, choose whether or not to bid for Lot 2.
An Approved Provider List was established in November 2019 for the provision of All Age Domiciliary Care Services. The previous procurement documents provided that the list would be re-opened for new applicants to apply.
The commissioned service will be to provide personal care for all ages and all client groups, including those fully funded through Continuing Health Care. This will include children and young people who have been assessed as having a significant physical disability (which could include sensory or mental impairments), and adults who have been assessed and who have eligible needs associated with older age, sensory impairment, learning disability, physical disability, physical ill health, and mental health conditions including dementia.
This tender exercise provides an opportunity for new applicants to tender for inclusion on the list. Previous successful applicants do not need to re-apply.
It is anticipated that the appointment of successful tenderers to this All Age Domiciliary Care Services - Approved Provider List will commence on the 1st November 2022 for a period of 3 years up to and including 31st October 2025 with an option to extend for a further period or periods of up to two years. The option to extend will be at the discretion of the CCG.
All providers must be CQC registered.
All Documents are available to download from https://yortender.eu-supply.com
Each approved provider must satisfy the quality criteria outlined in paragraph 26 of the Invitation to Tenderers document
Tenderers should note that it is expected that during 2022 the CCG will become part of a West Yorkshire and Harrogate Integrated Care System which may mean that successful Tenderers' contracts for Lot 2 will be entered into with the CCG's successor body.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100%
Cost criterion - Name: Fixed Price / Weighting: 0%
two.2.6) Estimated value
Value excluding VAT: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
36 month contract with the option to extend by a period or periods of up to 24 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
All providers must be CQC registered
three.1.3) Technical and professional ability
List and brief description of selection criteria
The selection criteria will be listed in the selection questionnaire and invitation to tender documentation available at https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=46181&B=UK Quality will equate to 100 % of the total evaluation scoring criteria. The prices are set at fixed hourly rates and therefore will not be scored. Admission onto the all age domiciliary care services approved provider list shall be on the basis of tenderers achieving a minimum quality score of 50 % as stated in the invitation to tender documents.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The terms and conditions for this contract are available to view at https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=46181&B=UK
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 May 2022
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: 24 August 2022
four.2.7) Conditions for opening of tenders
Date
26 May 2022
Local time
1:00pm
Place
Tenders will be opened on receipt of the deadline, i.e. 12 noon on 26/05/2022
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Annual - It is intended that the approved provider list will be re-opened to applicants every 12 months after the first award.
six.3) Additional information
Please note section IV.2 - previous notice published on TED: 2021/S 000-016035
There are two lots, as further set out above. All tenderers must bid for Lot 1. Lot 2 is discretionary and tenderers may choose, at their discretion, whether or not to bid for Lot 2. For the avoidance of doubt, tenderers are not permitted to bid for Lot 2 alone.
Successful tenderers will be required to enter into a separate contract for each lot (when bidding for both), one contract with the Council and a separate contract with the CCG. A copy of the contracts are included with the procurement documents.
The estimated total spend on the All Age Domiciliary Care Services - Approved Provider List by the Council and the CCG combined over the entire contract period, to include the optional extension periods, is £8,000,000. This is broken down as a total estimated spend of £3,000,000 by the Council (Lot 1) and £5,000,000 by the CCG (Lot 2). These are estimates only and neither the Council nor the CCG shall be bound by such estimates nor should these be interpreted as an undertaking to purchase any services. Tenderers are asked to note that appointment to this Approved Provider List does not guarantee successful tenderers any work. The procedure for the award of services to approved providers is set out in the Specification which is included with the procurement documents.
Tenderers are also asked to note that it is intended that the All Age Domiciliary Care Services - Approved Provider List will be re-opened for new applicants on an annual basis.
It is not possible to establish future workloads and it is therefore not possible to guarantee that all or any tenderers admitted onto the approved provider list will be awarded work/care packages under the contract.
It is intended that the approved provider list will be re-opened to applicants every 12 months after the first award.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Strand
London
WC2A 2LL
Telephone
+44 2079476112
Country
United Kingdom