Section one: Contracting authority
one.1) Name and addresses
Norfolk County Council
County Hall, Martineau Lane
Norwich
NR1 1DH
Contact
Annie Southgate
Country
United Kingdom
NUTS code
UKH15 - Norwich and East Norfolk
Internet address(es)
Main address
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