Section one: Contracting authority
one.1) Name and addresses
Worcestershire County Council
County Hall,Spetchley Road
WORCESTER
WR52NP
Contact
Alison Atkinson
aatkinson1@worcestershire.gov.uk
Telephone
+44 1907766104
Country
United Kingdom
Region code
UKG1 - Herefordshire, Worcestershire and Warwickshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.worcestershire.gov.uk
one.1) Name and addresses
NHS Herefordshire and Worcestershire Integrated Care Board
Worcester
Country
United Kingdom
Region code
UKG1 - Herefordshire, Worcestershire and Warwickshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://herefordshireandworcestershire.icb.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://in-tendhost.co.uk/worcestershire/aspx/Login
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/worcestershire/aspx/Login
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ASC23043 - Positive Behaviour Support Supported Living Services in Herefordshire & Worcestershire DPS
Reference number
WCC 00003931 / ASC23043
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Worcestershire County Council ("the Council") and the NHS Worcestershire and Herefordshire Integrated Care Board ("ICB"), together the Participating Authorities are establishing a joint Dynamic Purchasing System ("the DPS") for the provision of Positive Behaviour Support (PBS) Supported Living Services in Herefordshire and Worcestershire and seek applications from suitably experienced, qualified and appropriately accredited Suppliers who wish to pre-qualify for this Service.
two.1.5) Estimated total value
Value excluding VAT: £10,500,000
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
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
Main site or place of performance
Herefordshire and Worcestershire.
two.2.4) Description of the procurement
This DPS is a 3 stage process. In order to be added to the DPS, a Supplier will be required to meet selection criteria and minimum standards as requested in the SSQ Questionnaire (Stage 1), and Evaluation (Stage 2). Any Supplier who meets and passes Stage 1 and 2, will be admitted on to the DPS and will be invited to participate in future opportunities to be known as Mini Competitions (generally for scheme/cluster placements) or Referrals (for individual placements) (Stage 3), which will be advertised as explained in Appendix 2 - DPS agreement.
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: £10,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
2 twelve month extensions to term built in dependant upon supplier performance and funding.
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
CQC Rating
- Only accepting CQC Ratings of Good and Outstanding.
- Providers with "Not inspected" rating can still apply and be accepted on the DPS however work under the DPS will be assigned with priority to providers with rating of Good or above.
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
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
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
30 August 2027
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The DPS will be run as a Light Touch Regime, a modified restricted procedure based on Regulations 28, 65 and 74-76 of the Public Contracts Regulations 2015, and will comprise of one application stage; selection and evaluation being run concurrently. Only Bidders meeting selection requirements will be considered for evaluation and a place on the DPS.
six.4) Procedures for review
six.4.1) Review body
High Court of England, Wales and Northern Ireland
London
Country
United Kingdom