Tender

Provision of an Enhanced Assessment Complex Dementia Nursing Beds Service

  • Sandwell Metropolitan Borough Council

F02: Contract notice

Notice identifier: 2023/S 000-019519

Procurement identifier (OCID): ocds-h6vhtk-03dff9

Published 7 July 2023, 4:20pm



Section one: Contracting authority

one.1) Name and addresses

Sandwell Metropolitan Borough Council

Sandwell Council House, Freeth Street

Oldbury

B69 3DB

Email

Contracts_Team@sandwell.gov.uk

Country

United Kingdom

NUTS code

UKG37 - Sandwell

Internet address(es)

Main address

https://www.sandwell.gov.uk/

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