Opportunity

Open Framework for Residential Care and Nursing Care of Older People within the Borough of Barnsley

  • Barnsley Metropolitan Borough Council

F02: Contract notice

Notice reference: 2021/S 000-026131

Published 19 October 2021, 1:10pm



The closing date and time has been changed to:

31 March 2024, 12:00am

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Barnsley Metropolitan Borough Council

Westgate Plaza 1, Westgate Barnsley

Barnsley, South Yorkshire

S70 2DR

Contact

Nic Rybalcenkiene

Email

procurement@barnsley.gov.uk

Country

United Kingdom

NUTS code

UKE31 - Barnsley, Doncaster and Rotherham

National registration number

N/A

Internet address(es)

Main address

https://www.barnsley.gov.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/103835

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39973&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39973&B=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

Open Framework for Residential Care and Nursing Care of Older People within the Borough of Barnsley

Reference number

46433

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Barnsley Council is seeking to establish an open framework (pseudo DPS) of CQC registered residential and nursing care homes within the borough of Barnsley.  The framework will allow the council to engage with suitably qualified Providers to deliver Residential and Nursing Care Home services. Individual older people and/or their representative will select their preferred residential/nursing care home from those providers listed on the framework and where the home chosen is able to offer a place, a placement agreement will be issued. Residential and nursing care home providers will be able to apply to be on the framework at any time, however the market should be aware that the council is not seeking to encourage the further development of the residential and nursing care home market within the borough.This is a procurement process conducted under the Regulations 74-77 of the Light Touch Regime of the Public Contract Regulations 2015

two.1.5) Estimated total value

Value excluding VAT: £100,000,000

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
  • 85311000 - Social work services with accommodation
  • 85311100 - Welfare services for the elderly

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham
Main site or place of performance

Borough of Barnsley

two.2.4) Description of the procurement

The framework will cover both residential placements and residential with nursing placements for people aged 65 or older within the Borough of Barnsley. The aims of the service are to provide:

- long term or short-term accommodation, including for respite, as well as care, support and stimulation to individuals who are no longer able to live safely in their own homes.a high quality, safe, and person.

-centred care home service that promotes choice, dignity, control, and quality of life for all residents.

- care and support services that deliver value for money.

The contract will ensure continuity and consistency of service delivery and ensure that providers meet their responsibilities in respect of customer needs.

Initial applications to be on the Framework will be 26/11/2021. The Framework will start on 17/01/2022 and end on 16/01/2024 with options to extend for 3 further periods each of a year. Applications to go onto the Framework can be made at any time and will be evaluated after 30th of each month.

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: £100,000,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 50

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

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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

Originally published as:

Date

16 January 2024

Local time

12:00am

Changed to:

Date

31 March 2024

Local time

12:00am

See the change notice.

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

English


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.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of Justice

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

The High Court of Justice

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom