Section one: Contracting authority
one.1) Name and addresses
Hertfordshire County Council
Pegs Lane
HERTFORD
SG13 8DE
Contact
Simon Hastings
simon.hastings@hertfordshire.gov.uk
Country
United Kingdom
NUTS code
UKH23 - Hertfordshire
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://www.supplyhertfordshire.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://www.supplyhertfordshire.uk
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
HCC08/24 - Emergency Residential Placements for One Child- Young Person Aged 7-18 With Highly Challenging Behaviour and Complex Needs- Hertford Hub
Reference number
HCC2416048
two.1.2) Main CPV code
- 85144000 - Residential health facilities services
two.1.3) Type of contract
Services
two.1.4) Short description
Hertfordshire County Council (the ‘Council’) wishes to establish a contract for the provision of emergency residential placements for one child or young person aged 7 to 18 with highly challenging behaviour and complex needs with the possible inclusion of a second bed placement- further information in regard to this opportunity can be found in II.2.4) Description of the procurement field. Organisations wishing to take part in this project are invited to ‘express interest’ which will give access to the full procurement documents in the e-tendering system. Please see VI.3) Additional information for further information. Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above.
two.1.5) Estimated total value
Value excluding VAT: £3,650,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85311300 - Welfare services for children and young people
- 85000000 - Health and social work services
- 85323000 - Community health services
- 85311000 - Social work services with accommodation
- 85144100 - Residential nursing care services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
Main site or place of performance
Hertfordshire
two.2.4) Description of the procurement
Hertfordshire County Council (the ‘Council’) wish to procure a ‘Block Contract’ arrangement with a single Provider to provide an O F S T E D registered One (1) to two (2) bed emergency residential home utilising the Council’s existing property for children and young people aged 7 to 18 with high levels of challenging behaviour and complex needs. Needs may include trauma, attachment, mental health including hospital step down, neurodevelopment (Attention Deficit Hyperactivity Disorder- A D H D and or Autism Spectrum Disorder A S D), substance use and child criminal or sexual exploitation presenting high levels of risk.The Council is looking to commission the following:- One independent residential provider who will O F S T E D register, manage and run an emergency residential children’s home for one (1) Child or Young Person to be located at Hertford Hub, Hertford, Hertfordshire. Hertford is situated in East Hertfordshire.- The expectation is for the home to operate as a one (1) bed children’s home but for the provider to O F S T E D register as a two (2) bed home with option to utilise the second bed to support emergency sibling placements.- To offer bespoke, excellent quality care and support for Children or Young People with highly complex needs, on an emergency short-term basis in line with the Young Person’s care plan including eventual step down. The Service must be able to respond to urgent referrals, supporting Children and Young People in immediate crisis, creating stability in the short-term allowing for a swift move-on to a longer-term placement. The home will offer provision which always has a minimum of two (2) Staff during the day and one (1) waking night and one (1) sleep in during the night. - The duration of the stay at the provision will be led by the needs of the Child or Young Person and part of their care planning into other services however the intention is for each Child or Young Person to move on within 2 weeks of admission. It is not intended as a long-term home but will be used flexibly to support Children and Young People in immediate crisis in order to return home or to come back into Hertfordshire so a longer-term solution can be found.- It is likely that given the emergency nature of this provision, many placement requests will be communicated by our Out of Hours Service and therefore a strong working relationship with this team is essential. It may also be necessary to support the Rapid Response Team at short notice should there be capacity to do so. - Placements will be block purchased for the exclusive use of the Council and the Council will have the final decision on who will be placed, in collaboration with the Registered Manager and in line with their regulatory responsibilities.- The Council may at times offer any potential voids on a spot purchase basis to other local authorities. In this instance a set process will be managed by the Council to facilitate this.The duration for this Contract will be for an initial period of two (2) years from the day after the end of standstill confirmation letter is sent- the agreed Service Commencement Date will be the date of the first Individual Placement Agreement (I P A). There will be the option to extend, subject to review, for a further period or periods of up to a total of a further three (3) years. Therefore, the maximum duration of this Contract could be five (5) years.Estimated maximum annual value of this contract is G B P 727822.00 per annum.Therefore estimated total maximum value of the Contract could be up to G B P 3,639,111.00Please note that the requirements of the Contract will be subject to available financial resources, supplier performance and flexibility to meet changing demands. The Council will be entitled to enter into other Contracts and arrangements with other Providers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Contract
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £3,650,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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: Yes
Description of options
The Contract will be awarded for an initial period of Two (2) yearswith the option to extend subject to review for a further period or periods of up to a total of a further three (3) years. Therefore, the maximum duration of this Contract could be five (5) years.
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
30 September 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
30 September 2024
Local time
12:00pm
Place
Hertfordshire
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
Please note Hertfordshire County Council has worked closely with its districts and partners to create a joint procurement portal called supply Hertfordshire. This portal provides an e-Tendering system which is run by In-Tend.To access this procurement opportunity please visit www.supplyhertfordshire.uk and follow the on-screen guidance. In accordance with Regulation 53 of The Public Contracts Regulations 2015, the Council's procurement documents are available within the e-Tendering system.This is a one stage procurement process. Therefore, if you wish to be considered as a tenderer you must complete and submit a tender by the specified closing date and time. Tender submissions cannot be uploaded after this return deadline.If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.co.uk or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:00.The Council reserves the right at any time to cease the procurement process and not award a Contract or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result.The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council's obligations under the law including the Freedom of Information Act 2000. If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.The Council reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet the Council's requirements and remain financially viable to fulfil the requirements under the Contract.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Contract before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a Contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the court has the options to award damages and/or to shorten or order the Contract ineffective.
six.4.4) Service from which information about the review procedure may be obtained
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom