Tender

Support at Home Tender

  • Caerphilly County Borough Council
  • Blaenau Gwent County Borough Council

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2022/S 000-016705

Procurement identifier (OCID): ocds-h6vhtk-0347e6

Published 17 June 2022, 3:03pm



Section one: Contracting authority

one.1) Name and addresses

Caerphilly County Borough Council

Penallta House, Tredomen Park, Ystrad Mynach

Hengoed

CF82 7PG

Email

sellwhl@caerphilly.gov.uk

Telephone

+44 1443863161

Fax

+44 1443863167

Country

United Kingdom

NUTS code

UKL16 - Gwent Valleys

Internet address(es)

Main address

https://www.caerphilly.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0272

one.1) Name and addresses

Blaenau Gwent County Borough Council

General Offices, Steelworks Road

Ebbw Vale

NP23 6AA

Email

commissioningteam@blaenau-gwent.gov.uk

Telephone

+44 1495311556

Country

United Kingdom

NUTS code

UKL16 - Gwent Valleys

Internet address(es)

Main address

http://www.blaenau-gwent.gov.uk/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0278

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://supplierlive.proactisp2p.com/Account/Login

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com/Account/Login

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://supplierlive.proactisp2p.com/Account/Login

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

Support at Home Tender

Reference number

CCBC/PS2280/22/HS

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Caerphilly County Borough Council has the requirement to re open an existing flexible framework arrangement for the provision of Support at Home.

Please note that this Contract Notice is to inform the market of the tendering opportunity to join the flexible framework for new Service Providers or for existing Service Providers wishing to apply for additional lots to which they are currently awarded to.

The arrangement is a collaborative arrangement with Blaenau Gwent CBC.

The Support at Home arrangement is to deliver Domiciliary Care and Respite at Home for Adults and Children.

The framework is divided into lots, providers can tender for one or more lots.

The Service will support the needs of the following people

Children and Young People (under the age of 18)

Older People

People with Dementia

People with a Learning Disability

People with a Physical and/or Sensory Impairment, including Acquired Brain Injury

People with a Mental Health problem

People with a substance misuse problem

The Service is to be provided within the Individual’s own home, this could mean a home they own, social landlord tenancy, private landlord tenancy, extra care or supported living tenancy.

There can be no guarantee to the amount of work awarded under this framework

It should be noted that the re opening of the arrangement at this time is for lots 1 - Caerphilly Adults, lot 3 Caerphilly Children and lot 4 Blaenau Gwent - Children.

Full details can be found in the ITT

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

Caerphilly Provision of Support at Home for Children

Lot No

3

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85100000 - Health services
  • 85140000 - Miscellaneous health services
  • 85310000 - Social work services
  • 85300000 - Social work and related services
  • 98000000 - Other community, social and personal services
  • 85320000 - Social services

two.2.3) Place of performance

NUTS codes
  • UKL16 - Gwent Valleys
Main site or place of performance

within the boundaries of Caerphilly

two.2.4) Description of the procurement

To provide a Support at Home Service (Domiciliary Care and Respite at home Service) for Childcren Services for Caerphilly CBC.

All providers that meet the requirements of the award criteria under this lot shall be awarded to the framework. There is no limit to the number of providers awarded under this lot.

The Commissioner reserves the right to increase the maximum number of Service Provider providers per lot if capacity issues are experienced during the period of the framework. This process shall be run in line with refresh periods. Full Details can be found in the ITT

two.2.6) Estimated value

Value excluding VAT: £357,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

84

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

The duration in months is the remaining months of this arrangement including any extension periods. The estimated spend is based the current annual estimated spend for the duration of the arrangement including extensions. There can be no guarantee to any call offs under this arrangement.

two.2) Description

two.2.1) Title

Caerphilly Provision Support at Home for Adults

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85300000 - Social work and related services
  • 85100000 - Health services
  • 85140000 - Miscellaneous health services
  • 85310000 - Social work services
  • 85320000 - Social services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKL16 - Gwent Valleys
Main site or place of performance

within the boundaries of Caerphilly CBC

two.2.4) Description of the procurement

To provide a Support at Home Service (Domiciliary Care and Respite at home Service) for Adult Services for Caerphilly CBC.

All providers that meet the requirements of the award criteria under this lot shall be awarded to the framework. There is no limit to the number of providers to be awarded under this lot.

The Commissioner reserves the right to increase the maximum number of Service Providers per lot if capacity issues are experienced during the period of the framework. This process shall be run in line with refresh periods. Full Details can be found in the ITT

two.2.6) Estimated value

Value excluding VAT: £63,000,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

84

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

The duration in months is the remaining months of this arrangement including any extension periods. The estimated spend is based the current annual estimated spend for the duration of the arrangement including extensions. There can be no guarantee to any call offs under this arrangement.

two.2) Description

two.2.1) Title

Blaenau Gwent Provision Support at Home for Children

Lot No

4

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85300000 - Social work and related services
  • 85100000 - Health services
  • 85140000 - Miscellaneous health services
  • 85310000 - Social work services
  • 85320000 - Social services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKL16 - Gwent Valleys
Main site or place of performance

Within the boundaries of Blaenau Gwent CBC

two.2.4) Description of the procurement

To provide a Support at Home Service (Domiciliary Care and Respite at home Service) for Children Services for Blaenau Gwent CBC.

All providers that meet the requirements of the award criteria under this lot shall be awarded to the framework, initially there is no limit to the number of providers awarded under this lot.

The Commissioner reserves the right to increase the maximum number of Service Providers per lot if capacity issues are experienced during the period of the framework. This process shall be run in line with refresh periods. Full Details can be found in the ITT

two.2.6) Estimated value

Value excluding VAT: £427,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

84

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

The duration in months is the remaining months of this arrangement including any extension periods. The estimated spend is based the current annual estimated spend for the duration of the arrangement including extensions. There can be no guarantee to any call offs under this arrangement.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

This framework is for all new Individual Service Contracts (ISC) from 01 September 2022.

The Commissioner shall reserve the right to undertake a review of any ISC and such packages shall be re-brokered in line with the

Commissioners process under this framework.

Providers currently not awarded to the framework must apply and successfully be placed on to the framework to retain any exiting

packages of care.

All call-offs of ISC's shall be undertaken in line with the criteria of the tender documentation with the providers awarded to the framework.


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.11) Main features of the award procedure

Award Criteria - The procurement process shall follow a two-stage, Open Procedure, Stage One – Selection Stage, Stage Two – Award Stage

Tenderers are required to comply with all the mandatory questions and pass all pass / fail questions to proceed to Stage Two – Award Stage.

Stage Two - Award Stage - this will be evaluated using MEAT criterion, structured as Price 30% / Quality 70%. Quality shall consist of tender response 30%, presentation 15% and Interview 25%

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2019/S 103-250345

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

Date

15 July 2022

Local time

12:00pm

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

English


Section six. Complementary information

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

Within Stage One - Selection Stage - Service Providers applying to join the framework, shall have their financial stability assessed by

utilising Dunn & Bradstreet (D&B). Service Providers with a Risk Indicator Score of 4 - Significant level of risk, shall not be excluded from the process, but shall be given the option to provide a statement to explain why the company has such a rating and they shall need to reassure the Commissioner that they have suitable assurances in place to fulfil any contracts, in the form of a bank bond or financial guarantee from a parent company or other source.

The successful Service Providers must be in a position to commence work under the Framework from 01 September 2022. The remaining

framework period is two (2) years from 01 October 2022. The Council may wish to extend the Agreement for a further period up to five

(5) years. This extension can take the form of either one extension for the whole five (5) years or several shorter extensions up to a

cumulative maximum total of five (5) years.

Service Providers are requested to submit a cost based on an hourly rate for the lot(s) they wish to submit a tender response for, which must include travel time. The hourly floor rate for this service is 14.50 GBP.

It is a condition of the Framework that Service Providers must have an Electronic Call Monitoring (ECM) system in place and fully

functioning within three (3) months of being awarded to the framework.

The Commissioner shall reserve the right not to award a contract to a Service Provider if they submit costs that are not economically

sustainable for the Commissioner.

New Service Providers shall be permitted to apply to join the framework at set times/intervals as advertised by the Commissioner, on a twelve (12) month basis. This period may be shortened or extended, during the validity period of the opportunity, for example at times

where there is poor capacity within the marketplace. A further Contract Notice shall be issued via sell2wales to inform the market of the opportunity via the link https://www.sell2wales.gov.wales

Full details can be found in the ITT

To register an interest in this notice you must register on the e-tendering system Proactis Plaza.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=122158.

(WA Ref:122158)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom