Tender

Domiciliary Care Service

  • Sandwell Metropolitan Borough Council

F02: Contract notice

Notice identifier: 2021/S 000-023381

Procurement identifier (OCID): ocds-h6vhtk-02e2c8

Published 20 September 2021, 7:20pm



Section one: Contracting authority

one.1) Name and addresses

Sandwell Metropolitan Borough Council

Sandwell Council House, Freeth Street

Oldbury

B69 3DB

Contact

Dorian Moon

Email

contracts_team@sandwell.gov.uk

Country

United Kingdom

NUTS code

UKG37 - Sandwell

Internet address(es)

Main address

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

Buyer's address

http://in-tendhost.co.uk/sandwellmbc

one.3) Communication

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

http://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

http://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

Domiciliary Care Service

Reference number

ASC084

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Sandwell Metropolitan Borough Council wishes to appoint a number of organisations to the ASC084 Domiciliary Care Service to provide Domiciliary Care to eligible individuals living in Sandwell. It is anticipated that the Service will support approximately 20,000 to 25 000 hours of care per week. The amount of hours of care per week - may vary during the duration of the Contract.

two.1.5) Estimated total value

Value excluding VAT: £225,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85320000 - Social services
  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKG37 - Sandwell
Main site or place of performance

Sandwell

two.2.4) Description of the procurement

Sandwell Metropolitan Borough Council wishes to appoint a number of organisations to the ASC084 Domiciliary Care Service to provide Domiciliary Care to eligible individuals living in Sandwell. It is anticipated that the Service will support approximately 20,000 to 25 000 hours of care per week. The amount of hours of care per week - may vary during the duration of the Contract.The Service will provide a broad range of general personal care and support services to eligible adults (18 years old and over) aimed at enabling individuals to maintain and recover maximum independence, support their wellbeing, provide support to individuals who have recently left hospital and ultimately allow people to remain living in their own homes.The Council intends to appoint up to 12 Providers to the Tier 1 List and an unlimited number of Providers to the Tier 2 List. All Providers will be appointed to deliver the Services across the Borough of Sandwell.The initial maximum hourly rate of £15.16 for the service has been set by the Council which will be reviewed annually in April of each year. Where appropriate, rates will be increased using a Fee Rate Escalator. Details of the Fee Rate Escalator are contained in the Procurement Documents.Providers will be required to provide a high quality service that aligns with the Council’s vision for Adult Social Care and whilst participating in the further implementation of the personalisation agenda, giving citizens greater choice and control in this process.The overarching Domiciliary Care Service Agreement will commence on 1st March 2022 for an initial period of 5 years with the option of extending for up to an additional 5 years.Participants should note that this Procurement Process falls under the "Light Touch Regime" as set out in regulations 74-77 of the Public Contract Regulations 2015, for the purposes of the public procurement rules and as such the Council will not be following one of the mandatory procurement procedures and the Procurement Process will be akin to an Open Procedure. Suitably qualified and experienced persons and organisations can view the full tender documentation that includes the Invitation to Tender, which contains details of the evaluation process, criteria and methodology, and Tender Response Documents; detailed Specification(s) and a copy of the Council’s standard Terms and Conditions of Contract by registering on Sandwell’s In-Tend Supplier Portal.The Council will be using the In-Tend e-Tendering System for this Procurement exercise, please visit https://in-tendhost.co.uk/sandwellmbc to access the Sandwell MBC In-tend Supplier Portal.Bidders attention is drawn to and they should note the following:a) There is no guarantee of volumes of work as referrals can decrease and/or increase;b) There is no guarantee that all Providers will receive an equal share of the work;c) The Terms and Conditions of Agreement Document, attached as Appendix 4 of the ITT, partly reflects services currently being provided by existing organisations and, therefore, the Transfer of Undertakings (Protection of Employment) Regulations 1981 may apply to this Contract. As such prospective Bidders should seek their own legal advice with regards to TUPE;d) The Council does not hold any TUPE Information and Bidders will need to contact current Providers whose TUPE Contact Points are shown in Appendix 6 to the ITT;e) The Tender will be Reopened every 6 to 12 months for the addition, subject to passing evaluation, of Providers to the Tier 2 List – full details are contained in the ITT documents;f) The Tier 1 List will be Refreshed every 2 to 4 years – full details are contained in the ITT documents;g) The Council will not allow Sub-Contractors for the provision of any Services under any Agreement emanating from this procurement process.

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: £225,000,000

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

Start date

1 March 2022

End date

28 February 2027

This contract is subject to renewal

Yes

Description of renewals

The contract term is 5 years with the option to extend for up to a further 5 years. Please refer to tender documents

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 contract term is 5 years with the option to extend for up to a further 5 years.


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 tender documents

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

12 October 2021

Local time

5:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

12 October 2021

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

The Council will be using the In-Tend e-Tendering System for this Procurement exercise, please visit https://in-tendhost.co.uk/sandwellmbc to access the Sandwell MBC In-tend Supplier Portal. From here you will be able to register your company, express an interest in the opportunity, and gain immediate access to the ITT and other related documents. In Order to View and Submit a Tender, you will be required to 'Opt-In'. For a Step by Step user guide to the Sandwell MBC In-Tend Supplier Portal please click on the `Guidance for Suppliers` section of the website. All procurement responses must be carried out via the Sandwell MBC In-Tend Supplier Portal. If you require further assistance in respect of the system pleasecontact the In-Tend support team on 0844 272 8810.Tender Response Documents must be submitted no later than 17.00 hours on 12 October 2021

six.4) Procedures for review

six.4.1) Review body

The High Court of England

The Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom