Section one: Contracting authority
one.1) Name and addresses
Sandwell Metropolitan Borough Council
Sandwell Council House, Freeth Street
Oldbury
B69 3DB
Contracts_Team@sandwell.gov.uk
Country
United Kingdom
NUTS code
UKG37 - Sandwell
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/sandwellmbc
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/sandwellmbc
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
Provision of an Enhanced Assessment Complex Dementia Nursing Beds Service
Reference number
ASC127
two.1.2) Main CPV code
- 85144100 - Residential nursing care services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of an Enhanced Assessment Complex Dementia Nursing Bed ServiceThe Metropolitan Borough of Sandwell wishes to appoint one (1) Contractor to provide an Enhanced Assessment Complex Dementia Nursing Beds Service within a care home which is registered with the Care Quality Commission and is located within the borough of Sandwell. The Enhanced Assessment Beds Service has as its primary function the prevention of admission to hospital or facilitation of discharge from hospital through a rapid, co-ordinated response and by operating 7 days a week. The service specification outlines the main aims of the provisions, the service to be provided and the connections to other services in the community.
two.1.5) Estimated total value
Value excluding VAT: £862,000
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
- 85100000 - Health services
- 85311000 - Social work services with accommodation
- 85144100 - Residential nursing care services
- 85310000 - Social work services
- 85300000 - Social work and related services
- 85320000 - Social services
two.2.3) Place of performance
NUTS codes
- UKG37 - Sandwell
two.2.4) Description of the procurement
Please refer to the ITT documents.
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: £862,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2023
End date
30 September 2026
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: 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
The duration of the contract will be one year from 1 October 2023 to 30th September 2024, with options to extend for a further two 12-month periods (1st October 2024 to 30th September 2025 and 1st October 2025 to 30th September 2026), with agreement.
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
Please refer to the ITT Documentation for further information
three.1.2) Economic and financial standing
List and brief description of selection criteria
Please refer to the ITT Documentation for further information
Minimum level(s) of standards possibly required
Please refer to the ITT Documentation for further information
three.1.3) Technical and professional ability
List and brief description of selection criteria
Please refer to the ITT Documentation for further information
Minimum level(s) of standards possibly required
Please refer to the ITT Documentation for further information
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 a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Not Applicable
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
27 July 2023
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
27 July 2023
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
Participants are advised that as the services sought pursuant to this notice are adult social services and therefore subject to the light touch regime as set out in regulations 74-77 of the Public Contracts Regulations 2015 it is not subject to the full obligations of the Procurement Directive but are nonetheless subject to the general obligations of transparency, equal treatment and non-discrimination. Participants should not infer from any references to the authority using a process or tender documents which are similar to one of the mandatory procedures that the authority is following one of those procedures. The authority is following its own tender process akin to the open procedure for this procurement. The authority reserves the right to award the contract in whole or part, to cancel or amend the tender process, not award the contract in whole or part, and does not bind itself to accept any tender. The authority reserves the right to makes any changes itsees fit to the content and structure of the procurement competition and shall not be liable in any circumstances for any costs, or expenses incurred by any economic organisation in responding to this notice or in tendering for the contract. The contract is for an initial term of 1 year (1.10.23 – 30.9.24) with the option to extend for a further two 1-year periods until 30.9.26. Potential suppliers should note that in accordance with UK Government's policies on transparency the authority may decide to publish the ITT and other tender documents and text from the contract awarded subject to possible redaction at the discretion of the authority. To comply with the public sector equality duties the successful contractor will be expected to comply with the equality and diversity legislation in executing this contract. As a minimum standard the authority utilises the common standard for equalities in public procurement. If you are not currently subject to UK legislation, documentary evidence of your compliance of equivalent legislation which is designed to eliminate discrimination and to promote equality of opportunity in the Country where you are registered will be required. Under thisprocurement, the contractor will be required to support the Public Services (Social Value) Act 2012. The contract mainly reflects services currently being provided by existing organisations, and therefore the EC Acquired Rights Directive 2001/23/EC as amended and/or the transfer of undertakings (protection of employment) Regulations 2006 (TUPE) may apply to this contract. TUPE information will be made available to those organisations who complete and return a signed data processing and confidentiality agreement, we request these are submitted at the earliest opportunity through a correspondence on the Intend procurement portal. This opportunity will not be split up into multiple lots. This decision was made because this is a relatively small provider market and a very specific service is being tendered for, meaning that a lotting of areas may lose potential economies of scale and therefore value to the contracting authority. To tender for this provision, please visit https://in-tendhost.co.uk/sandwellmbc to access the Sandwell MBC In-tend Supplier Portal; from the homepage click Register to complete the registration process. If you require any further help in respect of the supplier portal please contact the In-tend Support Team on 0844 272 8810.
six.4) Procedures for review
six.4.1) Review body
The High Court of England
The High Court of Justice London United Kingdom
London
WC2A 2LL
Country
United Kingdom