Tender

Adults Mental Health Lot 3 - Framework Agreement for Supported Living in Norfolk

  • Norfolk County Council

F02: Contract notice

Notice identifier: 2023/S 000-012539

Procurement identifier (OCID): ocds-h6vhtk-03c5af

Published 2 May 2023, 3:26pm



Section one: Contracting authority

one.1) Name and addresses

Norfolk County Council

County Hall, Martineau Lane

Norwich

NR1 1DH

Contact

Annie Southgate

Email

sourcingteam@norfolk.gov.uk

Country

United Kingdom

NUTS code

UKH15 - Norwich and East Norfolk

Internet address(es)

Main address

www.norfolk.gov.uk

Buyer's address

https://in-tendhost.co.uk/norfolkcc/aspx/Home

one.3) Communication

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

https://in-tendhost.co.uk/norfolkcc/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/norfolkcc/aspx/Home

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

Adults Mental Health Lot 3 - Framework Agreement for Supported Living in Norfolk

Reference number

NCCT41317.3 OPEN

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Norfolk County Council has established a multi supplier framework agreement for the provision of supported living accommodation and support. This application is for LOT 3 – Mental Health and is for providers to support people with complex and enduring mental health. Successful Providers for Lot 3 will provide supported living care and support packages for individuals to enable them to live in the community with support. Norfolk County Council envisages developing different types of housing-based provision for adults with mental health problems. In some schemes the nature of support will be oversight, practical and emotional support. Other schemes may require the provision of personal care and for such sche

two.1.5) Estimated total value

Value excluding VAT: £200,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKH17 - Breckland and South Norfolk
  • UKH16 - North and West Norfolk
  • UKH15 - Norwich and East Norfolk

two.2.4) Description of the procurement

This application is for LOT 3 – Mental Health and is for providers to support people with complex and enduring mental health. This Framework for Mental Health Supported Living is part of a wider piece of work for commissioners with our market and partners to establish clearer recovery pathways and options for people with serious mental health problems. We want to support more people to live independently.As part of the work we wish to collaborate with providers to ensure that there is an improved approach to assuring quality in mental health supported living services.Currently we do not have sufficient information about what represents fair and cost-effective pricing for our mental health supported living provision. We wish to work with providers and the market to establish prices which will enable the provision of effective and good quality care, but which will also be sustainable for the commissioners and providers. We are asking applicants to this Framework to give us prospective prices but will work with Framework providers to introduce consistent pricing for mental health supported living.The intention is also to look to transition our existing supported living provision to the framework Successful Providers for Lot 3 will provide supported living care and support packages for individuals to enable them to live in the community with support. Norfolk County Council envisages developing different types of housing-based provision for adults with mental health problems. In some schemes the nature of support will be oversight, practical and emotional support. Other schemes may require the provision of personal care and for such schemes the provider may need to may need to register that scheme with CQC.We reserve the right to update the Framework Agreement and all schedules or to add new lots where requirements have not been identified at the outset of this Framework. If we update any documents or add new lots in this way, we will issue a notice to all Providers already on the Framework stating that a new specification/lot is available and give all Providers already on the Framework an opportunity to state whether they wish to provide the new requirement.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100

Cost criterion - Name: Price / Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £200,000,000

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

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

The duration quoted is for the initial 5-year period plus the option to extend for a further 5 years. The value quoted is an estimation

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

We reserve the right to update the framework agreement and all schedules or to add new lots where requirements have not been identified at the outset of this framework


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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 100

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The Council intends to let a Light Touch Regime Framework Agreements under Regulations 74 to 77 of the Public Contract Regulations 2015 (Light Touch Regime), under which the Council has flexibility as to the processor procedure to be used when purchasing certain services of which this is one

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.2.1) Previous publication concerning this procedure

Notice number: 2018/S 114-259337

four.2.2) Time limit for receipt of tenders or requests to participate

Date

31 December 2028

Local time

10:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

31 December 2028

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: This application is open for new applications

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

We reserve the right to update the framework agreement and all schedules or to add new lots where requirements have not been identified at the outset of this framework. If we update any documents or add new lots in this way we will issue a notice to all Providers already on the framework stating that a new specification/lot is available and give all providers already on the framework an opportunity to state whether they wish to provide the new requirement. The framework is for 5 years from January 2019, with the option to extend for up to a further 5 years subject to agreement of Norfolk County Council with the service providers. The Council is subject to the Public Contracts Regulations 2015 and will be carrying out this procurement in accordance with the Light Touch Regime which applies to social services. The amount quoted is an estimate, usage will be based on need. If you would like to know more about this procurement, then please register on our etendering system (in-tend) (if you have not so already) and in the tenders section express interest in project NCCT41317.3.OPEN To register on the system go to http://in-tendhost.co.uk/norfolkcc. It is the Council's intention to keep new applications open to the framework and increase capacity in the market. The framework agreement differs from those let under the non light touch regime in that the Council, exercising its flexibility, may let the framework agreements for longer than 4 years and may periodically open the framework for new applicants and/or add new lots. The Council intends to let this framework under Regulations 74 to 77 of the Public Contract Regulations 2015 (Light Touch Regime) under which the Council has flexibility as to the process or procedure to be used when purchasing certain services of which this is one.

six.4) Procedures for review

six.4.1) Review body

Norfolk County Council - Head of Procurement

Norwich

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

NP Law - Norfolk County Council

Norwich

Country

United Kingdom