Section one: Contracting authority
one.1) Name and addresses
The Borough Council of Calderdale
Town Hall, Crossley Street
Halifax
HX1 1UJ
Country
United Kingdom
NUTS code
UKE44 - Calderdale and Kirklees
National registration number
184 3147 61
Internet address(es)
Main address
https://www.calderdale.gov.uk/v2
Buyer's address
https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/103251
one.1) Name and addresses
NHS Calderdale Clinical Commissioning Group (CCG)
2nd Floor, Westgate House, Westgate
Halifax
HX1 1PW
Country
United Kingdom
NUTS code
UKE44 - Calderdale and Kirklees
Internet address(es)
Main address
https://www.calderdaleccg.nhs.uk/
one.2) Information about joint procurement
The contract involves joint procurement
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
Approved Provider Lists for Outreach Service for Adults, Children and Young People and Day & Night Sitting Service for Adults, Children and Young People (Lot 1+3 - Council, Lot 2+4 -CCG)
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
The Borough Council of Calderdale (the “Council”) and Calderdale Clinical Commissioning Group (“CCG”) invites tenders from tenderers who wish to be considered for the appointment to the Outreach Services for Adults and Children and Young People (Lots 1 & 2) and Day and Night Sitting Service for Adults and Children and Young People (Lots 3 & 4) Approved Provider Lists. The service will be operated in four lots:
Lot 1: Outreach Service for the Council
Lot 2: Outreach Service for the CCG
Lot 3: Sitting Service for the Council
Lot 4: Sitting Service for the CCG
If bidding for the Outreach Service tenderers must bid for Lot 1 (the Council service), Lot 2 for the CCG is discretionary
If bidding for the Sitting Service, tenderers must bid for Lot 3 (the Council service), Lot 4 for the CCG is discretionary.
There is no guarantee of work for any lot. A Bidders Event will be held on 1st March 2022 at 9.00am - please confirm your attendance
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £5,934,000
two.2) Description
two.2.1) Title
Lot 1 - Outreach Service for Adults, Children and Young People (Council)
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
The Borough of Calderdale
two.2.4) Description of the procurement
The Borough Council of Calderdale (the “Council”) and NHS Calderdale Clinical Commissioning Group (“CCG”) invites tenders from tenderers who wish to be considered for the appointment to the Outreach Service for Adults, Children & Young People – Approved Provider List.
Lot 1 is for a contract with the Council and all tenderers bidding for the Outreach Service must bid for Lot 1 (it is mandatory if applying for the Outreach service).
An Approved Provider List was established in August 2020 for the provision of Outreach Services for Adults, Children and Young People. The previous procurement documents provided that the list would be re-opened to new applicants to apply.
The commissioned Outreach service will promote social interaction and relationship building with peers to enable service users to undertake and be included in activities. It will promote independence through enabling and providing support where required. It will be flexible, and person-centred and designed to address the needs of the service users and ensure outcomes of support plans are met. The service will deliver services for all ages and all client groups including those fully funded through Continuing Health Care.
This tender exercise provides an opportunity for new applicants to tender for inclusion on the list. Previous successful applicants do not need to re-apply.
It is anticipated that the appointment of successful tenderers to this Outreach Service – Approved Provider List will commence on the 1st August 2022 for a period of 2 years up to and including 31st July 2024 with an option to extend for a further two periods of up to 12 months each. The option to extend will be at the discretion of the Council.
All providers must be CQC registered.
All Documents are available to download from https://yortender.eu-supply.com
Each approved provider must satisfy the quality criteria outlined in paragraph 26 of the Invitation to Tenderers document.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100%
Price - Weighting: 0%
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) Description
two.2.1) Title
Lot 2 - Outreach Service for Adults, Children & Young People - Approved Provider List (Calderdale Clinical Commissioning Group)
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
The Borough of Calderdale
two.2.4) Description of the procurement
The Borough Council of Calderdale (the “Council”) and NHS Calderdale Clinical Commissioning Group (“CCG”) invites tenders from tenderers who wish to be considered for the appointment to the Outreach Service for Adults, Children & Young People – Approved Provider List.
Lot 2 is for a contract with the CCG and tenderers may, at their discretion, choose whether or not to bid for Lot 2.
An Approved Provider List was established in August 2020 for the provision of Outreach Services for Adults, Children and Young People. The previous procurement documents provided that the list would be re-opened to new applicants to apply.
The commissioned Outreach service will promote social interaction and relationship building with peers to enable service users to undertake and be included in activities. It will promote independence through enabling and providing support where required. It will be flexible, and person-centred and designed to address the needs of the service users and ensure outcomes of support plans are met. The service will deliver services for all ages and all client groups including those fully funded through Continuing Health Care.
This tender exercise provides an opportunity for new applicants to tender for inclusion on the list. Providers who were admitted to the Outreach Service and/or Sitting Service Approved Provider Lists from 1 August 2021, (who were successful in the first tender process in 2020/21 and thereby already approved/accredited providers) do not need to submit a bid for Lot 2 - refer to section 1.10 of the Invitation to Tender. Existing Providers may notify the CCG that they wish to be considered for the CCG Service Lots. The CCG accepts the accreditation process carried out by the Council in admitting them onto the Approved Provider List(s) and thereby under the Procurement, Patient Choice and Competition Regulations 2013 is able to make a Direct Award of contract to those providers. The CCG will, at the end of the tender process, contact each Existing Provider to offer a Direct Award contract for the Outreach Service and/or Sitting Service under NHS procurement regulations. For the avoidance of doubt, Existing Providers do not need to submit a bid for Lot 2.
It is anticipated that the appointment of successful tenderers to this Outreach Service – Approved Provider List will commence on the 1st August 2022 for a period of 2 years up to and including 31st July 2024 with an option to extend for a further two periods of up to 12 months each. The option to extend will be at the discretion of the CCG.
All providers must be CQC registered.
All Documents are available to download from https://yortender.eu-supply.com
Each approved provider must satisfy the quality criteria outlined in paragraph 26 of the Invitation to Tenderers document.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100%
Price - Weighting: 0%
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
Tenderers should note that it is expected that during 2022 the CCG will become part of a West Yorkshire and Harrogate Integrated Care System which may mean that successful tenderers’ contracts for Lots 2 and 4 (where applicable) may be entered into with the CCG’s successor body.
two.2) Description
two.2.1) Title
Lot 3 - Day & Night Sitting Service for Adults, Children & Young People-Approved Provider List (Council)
Lot No
3
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
The Borough of Calderdale
two.2.4) Description of the procurement
The Borough Council of Calderdale (the “Council”) and NHS Calderdale Clinical Commissioning Group (“CCG”) invites tenders from tenderers who wish to be considered for the appointment to the Day and Night Sitting Service for Adults, Children & Young People – Approved Provider List.
Lot 3 is for a contract with the Council and all tenderers bidding for the Sitting Service must bid for Lot 3 (it is mandatory if applying for the Sitting service).
An Approved Provider List was established in August 2020 for the provision of Day and Night Sitting Services for Adults, Children and Young People. The previous procurement documents provided that the list would be re-opened to new applicants to apply.
The commissioned Sitting Service will be to provide carers of adult service users with a break from their caring responsibility by providing support to service users in their homes to remain safe and comfortable whilst maintaining their individual dignity, privacy, freedom of choice and treating them with respect.
For children and young people, it will provide additional support to parent carers in order for children and young people to be included in family events, and allow them, as a family to lead their lives.
This tender exercise provides an opportunity for new applicants to tender for inclusion on the list. Previous successful applicants do not need to re-apply.
It is anticipated that the appointment of successful tenderers to this Sitting Service – Approved Provider List will commence on the 1st August 2022 for a period of 2 years up to and including 31st July 2024 with an option to extend for a further two periods of up to 12 months each. The option to extend will be at the discretion of the Council.
All providers must be CQC registered.
All Documents are available to download from https://yortender.eu-supply.com
Each approved provider must satisfy the quality criteria outlined in paragraph 26 of the Invitation to Tenderers document.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100%
Price - Weighting: 0%
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) Description
two.2.1) Title
Lot 4 - Day & Night Sitting Service for Adults, Children & Young People - Approved Provider List (Calderdale Clinical Commissioning Group)
Lot No
4
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
The borough of Calderdale
two.2.4) Description of the procurement
The Borough Council of Calderdale (the “Council”) and NHS Calderdale Clinical Commissioning Group (“CCG”) invites tenders from tenderers who wish to be considered for the appointment to the Day and Night Sitting Service for Adults, Children & Young People – Approved Provider List.
Lot 4 is for a contract with the CCG and tenderers may, at their discretion, choose whether or not to bid for Lot 4.
An Approved Provider List was established in August 2020 for the provision of Sitting Services for Adults, Children and Young People. The previous procurement documents provided that the list would be re-opened to new applicants to apply.
The commissioned Sitting Service will be to provide carers of adult service users with a break from their caring responsibility by providing support to service users in their homes to remain safe and comfortable whilst maintaining their individual dignity, privacy, freedom of choice and treating them with respect.
For children and young people, it will provide additional support to parent carers in order for children and young people to be included in family events, and allow them, as a family to lead their lives.
This tender exercise provides an opportunity for new applicants to tender for inclusion on the list. Providers who were admitted to the Outreach Service and/or Sitting Service Approved Provider Lists from 1 August 2021, (who were successful in the first tender process in 2020/21 and thereby already approved/accredited providers) do not need to submit a bid for Lot 4 - refer to section 1.10 of the Invitation to Tender. Existing Providers may notify the CCG that they wish to be considered for the CCG Service Lots. The CCG accepts the accreditation process carried out by the Council in admitting them onto the Approved Provider List(s) and thereby under the Procurement, Patient Choice and Competition Regulations 2013 is able to make a Direct Award of contract to those providers. The CCG will, at the end of the tender process, contact each Existing Provider to offer a Direct Award contract for the Outreach Service and/or Sitting Service under NHS procurement regulations. For the avoidance of doubt, Existing Providers do not need to submit a bid for Lot 4.
It is anticipated that the appointment of successful tenderers to this Sitting Service – Approved Provider List will commence on the 1st August 2022 for a period of 2 years up to and including 31st July 2024 with an option to extend for a further two periods of up to 12 months each. The option to extend will be at the discretion of the CCG.
All providers must be CQC registered.
All Documents are available to download from https://yortender.eu-supply.com
Each approved provider must satisfy the quality criteria outlined in paragraph 26 of the Invitation to Tenderers document.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100%
Price - Weighting: 0%
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
Tenderers should note that it is expected that during 2022 the CCG will become part of a West Yorkshire and Harrogate Integrated Care System which may mean that successful tenderers’ contracts for Lots 2 and 4 (where applicable) may be entered into with the CCG’s successor body.
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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-004414
Section five. Award of contract
Contract No
1
Title
Lot 1 - Outreach Service for Adults, Children and Young People (Council)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
31 July 2022
five.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 7
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Affinity Trust Ltd
Thame
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
ALS Support Ltd
Halifax
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
CJP Outreach Services Ltd
Brighouse
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Equal Care Co-op
Halifax
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
LG Caring Ltd
Halifax
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Our TLC Ltd
Shipley
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Parkhomes UK
Bingley
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
The Mayfield Trust
Halifax
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £5,040,000 taken into consideration
Section five. Award of contract
Contract No
2
Title
Lot 2 - Outreach Service for Adults, Children & Young People - Approved Provider List (CCG)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
31 July 2022
five.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 7
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Affinity Trust Ltd
Thame
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
ALS Support Ltd
Halifax
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
CJP Outreach Services Ltd
Brighouse
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Equal Care Co-op
Halifax
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
LG Caring Ltd
Halifax
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Our TLC Ltd
Shipley
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Parkhomes UK
Bingley
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
The Mayfield Trust
Halifax
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £167,000 taken into consideration
Section five. Award of contract
Contract No
3
Title
Lot 3 - Day & Night Sitting Service for Adults, Children & Young People-ApprovedProviderList Council
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
31 July 2022
five.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 7
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
ALS Support Ltd
Halifax
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
CJP Outreach Services Ltd
Brighouse
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Equal Care Co-op
Halifax
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
LG Caring
Halifax
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Our TLC Ltd
Shipley
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Parkhomes UK
Bingley
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
The Mayfield Trust
Halifax
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Vision Care
Bradford
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £560,000 taken into consideration
Section five. Award of contract
Contract No
4
Title
Lot 4 - Day & Night SItting Service for Adults, Children & Young People-Approved Provider List (CCG)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
31 July 2022
five.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 7
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
ALS Support Ltd
Halifax
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
CJP Outreach Services Ltd
Brighouse
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Equal Care Co-op
Halifax
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
LG Caring Ltd
Halifax
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Our TLC Ltd
Shipley
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Parkhomes UK
Bingley
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
The Mayfield Trust
Halifax
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Vision Care
Bradford
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £167,000 taken into consideration
Section six. Complementary information
six.3) Additional information
Tenderers are asked to note the appointment to this Approved Provider List does not guarantee successful tenderers any work. The procedure for the award of services to approved providers is set out in the Specification which is included with the procurement documents. There are four lots. All tenderers wishing to bid for the Outreach Service must bid for Lot 1 and all tenderers wishing to bid for the Sitting Service must bid for Lot 3. Lots 2 (Outreach – CCG) and 4 (Sitting – CCG) are discretionary and tenderers may choose, at their discretion, whether or not to bid for Lots 2 and 4. For the avoidance of doubt, tenderers are not permitted to bid for Lots 2 and 4 alone.
Successful tenderers will be required to enter into a separate contract for each lot (when bidding for more than one lot). A copy of the contracts are included with the procurement documents.
The estimated total spend on the Services by the Council and the CCG combined over the entire contract period, to include the optional extension periods, is £5,934,000 (excluding VAT). This is broken down as a total estimated spend of:
Lot 1: Council - £5,040,000 (excluding VAT)
Lot 3: Council - £560,000 (excluding VAT)
Lots 2 & 4: CCG - £334,000 (excluding VAT). The CCG budget cannot be split between lots however, the majority of packages from the CCG are likely to be Outreach Services.
These are estimates only and neither the Council nor the CCG shall be bound by such estimates nor should these be interpreted as an undertaking to purchase any services.
Tenderers are asked to note that appointment to one or both of these Approved Provider Lists does not guarantee the successful tenderers any work. The procedure for the award of services to approved providers is set out in the Specification which is included with the procurement documents.
Tenderers are also asked to note that it is intended that the Outreach Service and Day and Night Sitting Service Approved Provider Lists will be re-opened for new applicants on an annual basis
six.4) Procedures for review
six.4.1) Review body
District Registry of the High Court, Leeds Combined Court
Oxford Row
Leeds
LS1 3BG
Telephone
+44 113062800
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
District Registry of the High Court, Leeds Combined Court
Oxford Row
Leeds
LS1 3BG
Telephone
+44 113062800
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
District Registry of the High Court, Leeds Combined Court
Oxford Row
Leeds
LS1 3BG
Telephone
+44 113062800
Country
United Kingdom