Tender

Open framework for supported living for people with learning disabilities

  • Portsmouth City Council

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

Notice identifier: 2023/S 000-019667

Procurement identifier (OCID): ocds-h6vhtk-03e05a

Published 10 July 2023, 4:19pm



Section one: Contracting authority

one.1) Name and addresses

Portsmouth City Council

Civic Offices,Guildhall Square

PORTSMOUTH

PO12AL

Contact

Procurement Service

Email

procurement@portsmouthcc.gov.uk

Telephone

+44 2392688235

Country

United Kingdom

Region code

UKJ31 - Portsmouth

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.portsmouth.gov.uk/ext/business/business.aspx

Buyer's address

https://www.portsmouth.gov.uk/ext/business/business.aspx

one.3) Communication

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

https://intendhost.co.uk/portsmouthcc/aspx/home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://intendhost.co.uk/portsmouthcc/aspx/home

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

Open framework for supported living for people with learning disabilities

two.1.2) Main CPV code

  • 85300000 - Social work and related services

two.1.3) Type of contract

Services

two.1.4) Short description

The Portsmouth City Council ('the council') council is planning to establish an open framework for the provision of supported living and community support services (floating support) based in the Portsmouth area. It is intended to be used for the provision of most supported living services for people with a learning disability funded by Portsmouth City Council. The 'open Framework' will allow for flexibility for both the council and providers and the ability to work more dynamically.

The framework will be operational for 8 years. Providers will be given the opportunity to join the framework at least once during the term as the open framework will not be closed to market access for longer than five years. The council will have the ability to re-open annually as a minimum, 5-years as a maximum. The council may choose to re-open one, two or all lots.

The council will be establishing three lots under the new framework.

- Lot 1: Standard supported living services for people with learning disabilities (10 providers)

- Lot 2: Complex supported living services for people with learning disabilities (10 providers)

- Lot 3: Floating support services for people with learning disabilities (5 providers)

Should the council receive framework bids from providers which score within 2% of the provider who takes the last place on each lot, the council will admit any closely scoring providers also onto each of the framework lots.

The council is targeting to have awarded the contract on 3 October 2023 to allow for framework commencement on 1 November 2023. Framework call-offs will commence following the establishment of the framework with 3-4 call-offs occurring each year through years 1-4.

Call-offs will be made primarily via a mini-competition process to all providers on the relevant framework lot. The framework call-offs will be more weighted to cost. It is envisaged that the typical award criteria will be split between 40% quality and 60% cost. There will also be provisions for direct awards in the following circumstances; property owner choice, to avoid significant disruption to service users, legislative reasons, urgency, and interest from a sole provider only.

The framework is valued IRO £15,000,000 per annum, £120,000,000 over the maximum 8-year term. This is based on currented contracted activity and new supported living accommodation expected to be introduced during the framework term. The expected value of the call-off contracts will range from approximately £165,000 - £1,420,000 per annum.

The services covered under the contract are social services and fall under the 'light touch regime'. The Council will execute this procurement process in general accordance with the Open Procedure as set out within the Public Contract Regulations (2015).

The procurement process will be undertaken in line with the following programme:

- Issue FTS Contract Notice - 10 July 2023

- Issue Invitation to Tender - 10 July 2023

- ITT Return Deadline - 11 August 2023 at midday

- Standstill period - 23 September 2023 - 2 October 2023

- Contract Award - 3 October 2023

- Framework Commencement - 1 November 2023

Application is via completed tender submission by the deadline stated above via the Council's e-sourcing system InTend which will be used to administrate the procurement process, the system can be accessed free of charge via the web link below:

https://in-tendhost.co.uk/portsmouthcc/aspx/home

two.1.5) Estimated total value

Value excluding VAT: £120,000,000

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

Standard supported living services for people with learning disabilities

Lot No

1

two.2.2) Additional CPV code(s)

  • 85311200 - Welfare services for disabled people

two.2.3) Place of performance

NUTS codes
  • UKJ31 - Portsmouth

two.2.4) Description of the procurement

The level of needs that will be tendered through this framework lot is envisaged to be service users that remain with moderate-high levels of independence, or with an outcome of improving their independence. The level of 1:1 needs for the service users may be moderate, but still accessing community connections or day services throughout the city.

The purpose of the Service is to provide good quality support for the most vulnerable adults in our community. The Service will support those whom are part of the learning disability cohort, to make decisions about their care and support, where appropriate and to ensure the Council fulfils its statutory obligations with regards to learning disability care and support outlined in the relevant legislation and statutory guidance.

The support will be provided by suitably trained and experienced staff. The Provider will be responsible for providing whatever appropriate initial and refresher training is required which will ensure that support is delivered in a safe and appropriate manner to both current and future Service Users. Any specialist training that is required to support specific individuals needs will be provided by the Provider as and when necessary.

Models of support within the Service are expected to relate to one of the following:

• Supported Living with floating support and with night-time on-call. These services will promote self-management and skills acquisition around activities of daily living. There may be a need to introduce self-help skills around managing relationships and emotions.

• Supported Living with core support hours and sleep-in support. These services will seek to promote greater independence for the person as well as empowering the person to be in control over the decisions that affect them. There will be clear processes in place to support people to identify their long-term goals and outcomes.

• Supported Living with core support hours and up and awake night support. These services will provide more direct care and assistance with activities of daily living. Alongside this they will empower choice making and participation. There will be clear processes in place to support people to identify long-term goals and outcomes.

two.2.6) Estimated value

Value excluding VAT: £77,000,000

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

Duration in months

96

two.2) Description

two.2.1) Title

Complex supported living services for people with learning disabilities

Lot No

2

two.2.2) Additional CPV code(s)

  • 85311200 - Welfare services for disabled people

two.2.3) Place of performance

NUTS codes
  • UKJ31 - Portsmouth

two.2.4) Description of the procurement

The level of needs that will be tendered through this framework lot is envisaged to be service users that receive higher levels of 1:1 needs with more complex learning disabilities.

The purpose of the Service is to provide good quality support for the most vulnerable adults in our community. The Service will support those whom are part of the learning disability cohort, to make decisions about their care and support, where appropriate and to ensure the Council fulfils its statutory obligations with regards to learning disability care and support outlined in the relevant legislation and statutory guidance.

The support will be provided by suitably trained and experienced staff. The Provider will be responsible for providing whatever appropriate initial and refresher training is required which will ensure that support is delivered in a safe and appropriate manner to both current and future Service Users. Any specialist training that is required to support specific individuals needs will be provided by the Provider as and when necessary.

Models of support within the Service are expected to relate to one of the following:

• Supported Living with floating support and with night-time on-call. These services will promote self-management and skills acquisition around activities of daily living. There may be a need to introduce self-help skills around managing relationships and emotions.

• Supported Living with core support hours and sleep-in support. These services will seek to promote greater independence for the person as well as empowering the person to be in control over the decisions that affect them. There will be clear processes in place to support people to identify their long-term goals and outcomes.

• Supported Living with core support hours and up and awake night support. These services will provide more direct care and assistance with activities of daily living. Alongside this they will empower choice making and participation. There will be clear processes in place to support people to identify long-term goals and outcomes.

two.2.6) Estimated value

Value excluding VAT: £40,000,000

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

Duration in months

96

two.2) Description

two.2.1) Title

Floating support services for people with learning disabilities

Lot No

3

two.2.2) Additional CPV code(s)

  • 85311200 - Welfare services for disabled people

two.2.3) Place of performance

NUTS codes
  • UKJ31 - Portsmouth

two.2.4) Description of the procurement

The level of needs that will be tendered through this framework lot is envisaged to be service users that remain highly independent within their own homes or accommodation, with very low-level support required. Potentially this support may not be personal care, but supporting the service users with bills, or other household tasks.

The aims and objectives of the Service are to provide a flexible and effective floating support service for people with a learning disability and/or other disabilities/vulnerabilities.

The Service should be:

- Maximising every individual's independence and potential, reducing reliance on statutory services and mitigating risk of deterioration physically and mentally through support services structured to help people to live within, and access, the community; including, but not limited to, tenancy related support, personal care, support with medication, undertaking activities of preference, attending medical appointments, managing finances, maintaining relationships and accessing education, training and employment opportunities.

- An on-call support service, including out of hours, will be maintained by the Provider which Service User's will be able to access that will provide advice and signposting as required. This Service may be but does not have to be operated from Portsmouth.

- Ensuring that the people receiving the Service are actively involved in decisions relating to the operation of their Service and any proposed developments, using appropriate advocacy as necessary.

- Ensuring that the Service is delivered in a way which takes account of individual needs in respect of age, gender, ethnic origin, language, culture, religion, sexuality and disability.

two.2.6) Estimated value

Value excluding VAT: £3,000,000

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

Duration in months

96


Section four. Procedure

four.1) Description

four.1.3) Information about a framework agreement

The procurement involves the establishment of a framework agreement

In the case of framework agreements, provide justification for any duration exceeding 4 years:

This procurement involves the establishment of an open framework for services that fall under the Light Touch Regime. Therefore it is permissible to design a procurement process provided that it;

- complies with the principles of equal treatment and transparency.

- carries out the procedure in conformity with information included in the contract notice

- sets time limits that are reasonable and proportionate.

The term of the new open framework agreement will be for eight years. New suppliers will be given the opportunity to join the framework at least once during the term as the open framework will not be closed to market access for longer than five years.

The council will have the ability to re-open annually as a minimum, 5-years as a maximum. The council may choose to re-open one, two or all lots.

At point of reopening the framework all providers on the framework lot being re-opened will need to make a new submission alongside any providers who are not currently on the framework. The highest scoring providers on a quality/ cost basis will be admitted onto the framework.

four.2) Administrative information

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

Date

14 July 2023

Local time

12:00pm

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

English


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom