Opportunity

Dynamic Approved Provider List For Residential and Nursing Care Services to Older People & Older People requiring Mental Health Support

  • Cardiff Council

F02: Contract notice

Notice reference: 2022/S 000-020984

Published 1 August 2022, 3:24pm



Section one: Contracting authority

one.1) Name and addresses

Cardiff Council

County Hall, Atlantic Wharf

Cardiff

CF10 4UW

Email

socialcare.procurement@cardiff.gov.uk

Telephone

+44 2920873732

Country

United Kingdom

NUTS code

UKL22 - Cardiff and Vale of Glamorgan

Internet address(es)

Main address

www.cardiff.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.sproc.net

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.sproc.net

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Other activity

Health and Social Care


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Dynamic Approved Provider List For Residential and Nursing Care Services to Older People & Older People requiring Mental Health Support

two.1.2) Main CPV code

  • 85311000 - Social work services with accommodation

two.1.3) Type of contract

Services

two.1.4) Short description

Cardiff Council currently commissions Residential & Nursing Care for approximately 350 Older People & Older People requiring Mental Health Support in Care Homes across Cardiff and the surrounding area.

This is currently commissioned via a Dynamic Approved Provider List (akin to a Dynamic Purchasing System (DPS). The total expenditure for these services in 2019/20 was GBP 29.5 million with the expenditure for 2018/19 being approximately GBP 30 million.

Cardiff Council are seeking to implement a model of Residential & Nursing Care provision which addresses a number of issues identified with the current arrangements including, but not limited to:

- Improving the provider enrolment and quality accreditation process

- Focusing on delivering support which meets the needs and desired outcomes of service users

- Incentivising providers to be competitive and maintain quality standards

- Improving ongoing quality monitoring

- Increasing the number and diversity of our providers including opportunities for social enterprises and small medium sized enterprises

The model will;

- establish an open Dynamic Approved Provider List (DAPL) akin to a Dynamic Purchasing System (DPS) through our partner organisation adam HTT Ltd who will provide the supporting technology required via SPROC.net. The notice will remain open for the contract duration allowing providers to join or leave the system at any time.

- facilitate an end to end process to manage all requirements that Cardiff Council has for Residential and/ or Nursing Care for Older People & Older People requiring Mental Health Support, from sourcing through to payment.

- allow accredited providers registered on the DAPL to be invited to tender for each individual care placement required.

- establish a methodology which will reflect the quality of service delivered by each provider accredited on the DAPL.

- allow Service Users and/ or their families to make an informed decision based on the location and Quality score of all Care Homes who are able to offer a placement that meets the needs of the individual, alongside detail of any additional Third Party Top up that may be required (if applicable) to support the placement.

The services concerned fall under Schedule 3 of the Public Contracts Regulations 2015 (“the Regulations”) and accordingly are subject to the so called ‘Light Touch Regime’ which means that when procuring these Services the Council should comply with the mandatory requirements set out in the Light Touch Regime (Regulations 74-77). Under Regulation 76, the council is free to establish a procedure, provided that the procedure is sufficient to ensure compliance with the principles of transparency and equal treatment of economic operators (suppliers). For this reason the model proposed is a DAPL which is akin to a Dynamic Purchasing System.

The Council reserves:-

1. the right to withdraw this contract notice and opportunity advertised at any time

2. the right to award all, part or none of the business forming the subject matter of this procurement and to abandon, halt, postpone this procurement at any time.

All economic operators (potential suppliers), who wish to take part in this procurement do so at their own expense and risk.

Under no circumstances will the Council incur any liability (including, but not limited to, liability as to costs) in respect of this procurement exercise, the abandonment of the same, or any documentation issued as part of this procurement exercise

two.1.5) Estimated total value

Value excluding VAT: £180,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85310000 - Social work services

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance

http://demand.sproc.net

two.2.4) Description of the procurement

Cardiff Council currently commissions Residential & Nursing Care for approximately 350 Older People & Older People requiring Mental Health Support in Care Homes across Cardiff and the surrounding area.

This is currently commissioned via a Dynamic Approved Provider List (akin to a Dynamic Purchasing System (DPS). The total expenditure for these services in 2019/20 was GBP 29.5 million with the expenditure for 2018/19 being approximately GBP 30 million.

Cardiff Council are seeking to implement a model of Residential & Nursing Care provision which addresses a number of issues identified with the current arrangements including, but not limited to:

- Improving the provider enrolment and quality accreditation process

- Focusing on delivering support which meets the needs and desired outcomes of service users

- Incentivising providers to be competitive and maintain quality standards

- Improving ongoing quality monitoring

- Increasing the number and diversity of our providers including opportunities for social enterprises and small medium sized enterprises

The model will;

- establish an open Dynamic Approved Provider List (DAPL) akin to a Dynamic Purchasing System (DPS) through our partner organisation adam HTT Ltd who will provide the supporting technology required via SPROC.net. The notice will remain open for the contract duration allowing providers to join or leave the system at any time.

- facilitate an end to end process to manage all requirements that Cardiff Council has for Residential and/ or Nursing Care for Older People & Older People requiring Mental Health Support, from sourcing through to payment.

- allow accredited providers registered on the DAPL to be invited to tender for each individual care placement required.

- establish a methodology which will reflect the quality of service delivered by each provider accredited on the DAPL.

- allow Service Users and/ or their families to make an informed decision based on the location and Quality score of all Care Homes who are able to offer a placement that meets the needs of the individual, alongside detail of any additional Third Party Top up that may be required (if applicable) to support the placement.

The services concerned fall under Schedule 3 of the Public Contracts Regulations 2015 (“the Regulations”) and accordingly are subject to the so called ‘Light Touch Regime’ which means that when procuring these Services the Council should comply with the mandatory requirements set out in the Light Touch Regime (Regulations 74-77). Under Regulation 76, the council is free to establish a procedure, provided that the procedure is sufficient to ensure compliance with the principles of transparency and equal treatment of economic operators (suppliers). For this reason the model proposed is a DAPL which is akin to a Dynamic Purchasing System.

The Council reserves:-

1. the right to withdraw this contract notice and opportunity advertised at any time

2. the right to award all, part or none of the business forming the subject matter of this procurement and to abandon, halt, postpone this procurement at any time.

All economic operators (potential suppliers), who wish to take part in this procurement do so at their own expense and risk.

Under no circumstances will the Council incur any liability (including, but not limited to, liability as to costs) in respect of this procurement exercise, the abandonment of the same, or any documentation issued as part of this procurement exercise

Please note that this notice will remain open for the proposed duration of the contract (4 years with the potential to extend for a further period of 2 years which if such extension is exercised the notice period will be updated) allowing providers to apply to join the accredited provider list at any time. This will be through www.sproc.net which provides further information in respect of the accreditation and enrolment process together with the evaluation criteria.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £180,000,000

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

Start date

1 September 2022

End date

31 March 2025

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


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

Date

31 March 2023

Local time

12:00pm

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

English, Welsh

four.2.7) Conditions for opening of tenders

Date

31 March 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

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=123626.

(WA Ref:123626)

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