Tender

SCC IC Supported Independent Living

  • Surrey County Council

F02: Contract notice

Notice identifier: 2022/S 000-016340

Procurement identifier (OCID): ocds-h6vhtk-030a35

Published 14 June 2022, 4:54pm



Section one: Contracting authority

one.1) Name and addresses

Surrey County Council

Woodhatch Place, 11 Cockshot Hill

Reigate

RH2 8EF

Contact

Ian Clark

Email

ian.clark@surreycc.gov.uk

Country

United Kingdom

NUTS code

UKJ2 - Surrey, East and West Sussex

Internet address(es)

Main address

http://www.surreycc.gov.uk

Buyer's address

https://supplierlive.proactisp2p.com

one.3) Communication

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

https://supplierlive.proactisp2p.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com

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

SCC IC Supported Independent Living

Reference number

DN1301

two.1.2) Main CPV code

  • 85300000 - Social work and related services

two.1.3) Type of contract

Services

two.1.4) Short description

Surrey County Council Commissioners will be undertaking a procurement exercise for an Approved Provider List under the Light Touch Regime (regulation 74 of The Public Contracts Regulations 2015) to secure contracts of a minimum of a 15 month duration with multiple suitably qualified providers across the county of Surrey to support eligible individuals in need of the following:

Lot 1: Level one Supported Living with Accommodation for people with a learning disability and/or autism.

Lot 2: Level two Supported Living with Accommodation for people with a learning disability and/or autism.

Both current and new entrants to the market are encouraged to join the new Approved Provider List, upon which bidders will be able to choose which Lot or Lots they would like to bid for.

two.1.5) Estimated total value

Value excluding VAT: £134,000,000

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

Level one Supported Living with Accommodation for people with a learning disability and/or autism.

Lot No

1

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services
  • 85311000 - Social work services with accommodation

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

Level one Supported Living with Accommodation for people with a learning disability and/or autism.

The key characteristics of supported living with accommodation are;

Supported living with accommodation refers to any housing scheme where accommodation based and community-based support, and sometimes care services are provided

Personal and/or health care services as required

The service users are eligible for care services from the Council and have a care package

The landlord issues a tenancy agreement and rent is covered through the tenant’s resources, which may include statutory benefits

CQC registration as domiciliary care where personal care is provided, including the prompting and supervision of personal care activities.

Core support: refers to the support that all individuals living in a setting use.

Flexi support is provided for 'additional support needs' - when an individual needs more, or different, support to what is provided in the core. As required under the Care Act 2014 individuals will have the right to choose the provider of their flexi support, it may or may not be provided by the same provider as the core support.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

15

This contract is subject to renewal

Yes

Description of renewals

Optional extension of up to 9 months

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) Description

two.2.1) Title

Level two Supported Living with Accommodation for people with a learning disability and/or autism.

Lot No

2

two.2.2) Additional CPV code(s)

  • 85310000 - Social work services
  • 85311000 - Social work services with accommodation

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

Level two Supported Living with Accommodation for people with a learning disability and/or autism who have needs identified as complex

The key characteristics of supported living with accommodation are;

Supported living with accommodation refers to any housing scheme where accommodation based and community-based support, and sometimes care services are provided

Personal and/or health care services as required

The service users are eligible for care services from the Council and have a care package

The landlord issues a tenancy agreement and rent is covered through the tenant’s resources, which may include statutory benefits

CQC registration as domiciliary care where personal care is provided, including the prompting and supervision of personal care activities.

Core support: refers to the support that all individuals living in a setting use.

Flexi support is provided for 'additional support needs' - when an individual needs more, or different, support to what is provided in the core. As required under the Care Act 2014 individuals will have the right to choose the provider of their flexi support, it may or may not be provided by the same provider as the core support.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

15

This contract is subject to renewal

Yes

Description of renewals

Optional extension of up to 9 months

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


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 documents

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.2.2) Contract performance conditions

As stated in the procurement documents


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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-000925

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

Date

29 July 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

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

29 July 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Strand

London

Country

United Kingdom