- Scope of the procurement
- Lot HCC2314981. Provision of Carers Breaks Services
- Lot One. Preventative Breaks Service-Stevenage and North Herts
- Lot Two. Preventative Breaks Service- East Herts, Broxbourne and Welwyn & Hatfield
- Lot Three. Preventative Breaks Service- St Albans and Dacorum
- Lot Four. Preventative Breaks Service-Watford, Three Rivers and Hertsmere
- Lot Five. On- Going Breaks Services-Stevenage and North Herts
- Lot Six. On- Going Breaks Services-East Herts, Broxbourne and Welwyn & Hatfield
- Lot Seven. On- Going Breaks Services-St Albans and Dacorum
- Lot Eight. On- Going Breaks Services-Watford, Three Rivers and Hertsmere
Section one: Contracting authority
one.1) Name and addresses
Hertfordshire County Council
Pegs Lane
HERTFORD
SG13 8DE
Contact
Simon Hastings
simon.hastings@hertfordshire.gov.uk
Country
United Kingdom
NUTS code
UKH23 - Hertfordshire
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://www.supplyhertfordshire.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://www.supplyhertfordshire.uk
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
HCC024/24- Provision of Carers Breaks Services
Reference number
HCC2314981
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Hertfordshire County Council (the ‘Council’) wishes to establish a framework agreement for the provision of a countywide carers breaks service and further information in regard to this opportunity can be found in II.2.4) Description of the procurement field. Organisations wishing to take part in this project are invited to 'express interest' which will give access to the full procurement documents in the e-tendering system. Please see VI.3) Additional information for further information. Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above.
two.1.5) Estimated total value
Value excluding VAT: £14,600,000
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
Provision of Carers Breaks Services
Lot No
HCC2314981
two.2.2) Additional CPV code(s)
- 98000000 - Other community, social and personal services
- 85000000 - Health and social work services
- 85310000 - Social work services
- 98513310 - Home-help services
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
Main site or place of performance
Hertfordshire
two.2.4) Description of the procurement
Hertfordshire County Council (the ‘Council’) acting as lead commissioner on behalf of District funding partners wishes to procure a countywide Framework Agreement for a carer breaks service to support and provide respite for carers in Hertfordshire.Service Providers will be required to be registered with the Quality Care Commission (C Q C) and to maintain that registration throughout the duration of the Frame The Service Provider must be able to demonstrate a commitment to maintaining and delivering high quality services for adults with a variety of needs and/or conditions and provide services where all aspects of a person's care are met. The Service Provider must provide services that meet the needs of the individual and are provided by competent staff in a way that supports the safety and security of the person supported. The Services will be responsive, reliable and maintain a person’s dignity and respect at all times- be accessible and delivered with understanding and without discrimination.The Services will support Carers caring for an adult aged 18 and over who are ordinarily resident and living in Hertfordshire.-The Breaks Services- shall be open to anyone meeting these criteria and who has been assessed to meet the Council’s eligibility criteria for unmet needs. This will include older adults (65 plus), adults with learning disabilities, physical disabilities, autism or people who have other Neurodiversity, or mental health conditions (including people who experience suicidal ideation).The services will include a range of provision to enable the carer to take a break from their caring role. This will include but is not limited to supporting the person they care for in their own home, supporting the person they care for to access community-based services, supporting the Carer and the person they care for to access the wider community.The Service aim is to allow people to live as independently as possible in their own home and communities. The Services will be pivotal in preventing people from going into bed-based services such as residential homes, hospital, or other formal care settings and to support Carers to continue in their caring role for as long as they wish to do so.The Service Provider will ensure that their delivery of Carers support services is part of a network of services, which is underpinned by partnership working with a wide range of agencies. These will include but not be limited to: Adult Care Services, Hertfordshire and West Essex Integrated Care Board and Integrated Care System, Adult Community Health Services, Hertfordshire Care Providers Association and the Voluntary and Community Sector. The Service Provider will ensure that services delivered are innovative and creative both in terms of direct delivery and the use of community resources.The anticipated total annual joint expenditure for this Service over all Lots is approximately: G B P 3,647,878.00. Therefore the estimated total value of the Framework over its lifetime could be up to G B P 14,591,510.00G B P 14,600,000.00)-For Contract NoticeThe Contract Period for this Contract is an initial period of three years with the option to extend by a further one year. Therefore, the maximum duration of this Contract could be four years. unless terminated in accordance with the provisions of the Contract.Please note that the requirements of the Contract will be subject to available financial resources, supplier performance and flexibility to meet changing demands. The Council will be entitled to enter into other Contracts and arrangements with other Providers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Contract.Please Note the T U P E Employee Liability Information for this procurement has been provided along with other documentation for this procurement. T U P E related information is personal data and must be protected in accord
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £14,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: Yes
Description of options
The Contract Period for this Contract is an initial period of three years with the option to extend by a further one year. Therefore, the maximum duration of this Contract could be four years.
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) Description
two.2.1) Title
Preventative Breaks Service-Stevenage and North Herts
Lot No
One
two.2.2) Additional CPV code(s)
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
Main site or place of performance
Hertfordshire
two.2.4) Description of the procurement
Preventative Breaks Service-Stevenage and North Herts
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: Yes
Description of options
The Contract Period for this Contract is an initial period of three years with the option to extend by a further one year. Therefore, the maximum duration of this Contract could be four years.
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) Description
two.2.1) Title
Preventative Breaks Service- East Herts, Broxbourne and Welwyn & Hatfield
Lot No
Two
two.2.2) Additional CPV code(s)
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
Main site or place of performance
Hertfordshire
two.2.4) Description of the procurement
Preventative Breaks Service- East Herts, Broxbourne and Welwyn & Hatfield
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: Yes
Description of options
The Contract Period for this Contract is an initial period of three years with the option to extend by a further one year. Therefore, the maximum duration of this Contract could be four years.
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) Description
two.2.1) Title
Preventative Breaks Service- St Albans and Dacorum
Lot No
Three
two.2.2) Additional CPV code(s)
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
Main site or place of performance
Hertfordshire
two.2.4) Description of the procurement
Preventative Breaks Service- St Albans and Dacorum
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: Yes
Description of options
The Contract Period for this Contract is an initial period of three years with the option to extend by a further one year. Therefore, the maximum duration of this Contract could be four years.
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) Description
two.2.1) Title
Preventative Breaks Service-Watford, Three Rivers and Hertsmere
Lot No
Four
two.2.2) Additional CPV code(s)
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
two.2.4) Description of the procurement
Preventative Breaks Service-Watford, Three Rivers and Hertsmere
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: Yes
Description of options
The Contract Period for this Contract is an initial period of three years with the option to extend by a further one year. Therefore, the maximum duration of this Contract could be four years.
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) Description
two.2.1) Title
On- Going Breaks Services-Stevenage and North Herts
Lot No
Five
two.2.2) Additional CPV code(s)
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
Main site or place of performance
Hertfordshire
two.2.4) Description of the procurement
On- Going Breaks Services-Stevenage and North Herts
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: Yes
Description of options
The Contract Period for this Contract is an initial period of three years with the option to extend by a further one year. Therefore, the maximum duration of this Contract could be four years.
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) Description
two.2.1) Title
On- Going Breaks Services-East Herts, Broxbourne and Welwyn & Hatfield
Lot No
Six
two.2.2) Additional CPV code(s)
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
Main site or place of performance
Hertfordshire
two.2.4) Description of the procurement
On- Going Breaks Services-East Herts, Broxbourne and Welwyn & Hatfield
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: Yes
Description of options
The Contract Period for this Contract is an initial period of three years with the option to extend by a further one year. Therefore, the maximum duration of this Contract could be four years.
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) Description
two.2.1) Title
On- Going Breaks Services-St Albans and Dacorum
Lot No
Seven
two.2.2) Additional CPV code(s)
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
Main site or place of performance
Hertfordshire
two.2.4) Description of the procurement
On- Going Breaks Services-St Albans and Dacorum
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: Yes
Description of options
The Contract Period for this Contract is an initial period of three years with the option to extend by a further one year. Therefore, the maximum duration of this Contract could be four years.
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) Description
two.2.1) Title
On- Going Breaks Services-Watford, Three Rivers and Hertsmere
Lot No
Eight
two.2.2) Additional CPV code(s)
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
Main site or place of performance
Hertfordshire
two.2.4) Description of the procurement
On- Going Breaks Services-Watford, Three Rivers and Hertsmere
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: Yes
Description of options
The Contract Period for this Contract is an initial period of three years with the option to extend by a further one year. Therefore, the maximum duration of this Contract could be four years.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in the procurement documentation
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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The framework will not exceed 4 years
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
26 June 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
26 June 2024
Local time
12:00pm
Place
Hertfordshire
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
Electronic payment will be used
six.3) Additional information
Please note Hertfordshire County Council has worked closely with its districts and partners to create a joint procurement portal called supply Hertfordshire. This portal provides an e-Tendering system which is run by In-Tend.To access this procurement opportunity please visit www.supplyhertfordshire.uk and follow the on-screen guidance. In accordance with Regulation 53 of The Public Contracts Regulations 2015, the Council's procurement documents are available within the e-Tendering system.This is a one stage procurement process. Therefore, if you wish to be considered as a tenderer you must complete and submit a tender by the specified closing date and time. Tender submissions cannot be uploaded after this return deadline.If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.co.uk or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:00.The Council reserves the right at any time to cease the procurement process and not award a Framework Agreement or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result.The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council's obligations under the law including the Freedom of Information Act 2000. If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.The Council reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet the Council's requirements and remain financially viable to fulfil the requirements under the Framework Agreement.
six.4) Procedures for review
six.4.1) Review body
High Court,
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court,
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Framework Agreement before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a Framework Agreement has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Framework Agreement has been entered into the court has the options to award damages and/or to shorten or order the Framework Agreement ineffective.
six.4.4) Service from which information about the review procedure may be obtained
High Court,
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom