Section one: Contracting authority
one.1) Name and addresses
Buckinghamshire Council
Walton Street Offices
Aylesbury
HP20 1UA
Contact
- Julie Abbott
julie.abbott@buckinghamshire.gov.uk
Telephone
+44 0
Country
United Kingdom
NUTS code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
https://www.buckinghamshire.gov.uk/
Buyer's address
https://www.buckinghamshire.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.supplybucksbusiness.org.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.supplybucksbusiness.org.uk/
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
Supported Living Block Contracts 2023: Lot 1 – Homes for Living (Learning Disability/Autism). Lot 2 - Options for Support (Mental Health)
Reference number
DN689556
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Buckinghamshire Council is seeking a Provider/s to provide Care and Support under 2 block contract arrangement within 13 supported living services, 7 locations supporting people with a learning disability/autism and 6 locations supporting people with mental health conditions. The services vary in size and support a total of 124 service users.
The Provider will provide high quality and person-centred care and support for people assessed by the Council or in exceptional circumstance the Integrated Care Board (ICB) as being eligible for health and social care support under the provisions of The Care Act 2014 and The National Framework for NHS Continuing Healthcare and NHS Funded Nursing Care 2022.
The Provider must be a Care Quality Commission (CQC) Registered Provider to deliver this regulated activity. The Provider must have a good track record and be rated by CQC as ‘Good’ or above in 50% of their registered service portfolio or be rated ‘Good’ or above if they only have one other service. The Provider must have in post a registered person or Director who must have the qualifications, competence, skills, and experience necessary for the role. The Registered person or Director must not have been responsible for any serious misconduct or mismanagement while carrying out a regulated activity.
The ownership of the properties is split between 4 Registered Landlords, it being a prerequisite for any contract award that any new care provider enters into agreements with these landlords for the purpose of using office accommodation (where this is available), and (where this is necessary) delivering housing management functions, on site.
The Provider is required to deliver services via its support workers based at the locations 24 hours a day, 365 days a year, including bank holidays and public holidays as required to meet the needs of Service Users within the Establishments.
The Provider will ensure that all Staff have a new Disclosure and Barring Service (DBS) check carried out prior to undertaking work with Service Users and shall renew existing staff checks at regular intervals in line with guidance from the DBS service. Staff will be required to have the highest level of DBS check in accordance with the safe and fair recruitment guide set by Skills for Care.
TUPE may apply to this contract.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Homes for Living - Learning Disability and Autism
Lot No
1
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UKJ13 - Buckinghamshire CC
two.2.4) Description of the procurement
Lot 1 - Homes for Living - Learning Disability and Autism (locations across Bucks in Aylesbury, Beaconsfield, High Wycombe, Princes Risborough, Chesham). All Services should operate a model of ‘Shared Supported Living’ (SSL). Further details available in the tender documents
two.2) Description
two.2.1) Title
Options for Support – Mental Health
Lot No
2
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UKJ13 - Buckinghamshire CC
two.2.4) Description of the procurement
Lot 2 - Options for Support – Mental Health (locations across Bucks in Aylesbury, High Wycombe, Princes Risborough, Amersham). The Services will operate 2 models of support.
i) Most of the Services will operate a model of ‘Shared Supported Living’ (SSL). The Provider’s support staff will be based at the Service 24 hours a day 365 days a year and provide Shared Hours (core) support during the day. All Services have an element of Sleeping Night, Waking Night or On Call Support dependent on the assessed needs of the Service Users who reside there. Additional Hours support are also provided by the Provider where required to meet an assessed need.
ii) Some Services will operate a model of ‘Independent Supported Living (ISL)’. The Provider will offer Additional Hours Support to the Service Users based on their assessed level of needs. There will be an on-call service that Service Users contact in an emergency. It should be noted that most ISL services operate from establishments where there is already a Shared Support Service on the site.
Further details available in the tender documents
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
All criteria are stated in the procurement documents accessed via
www.supplybucksbusiness.org.uk
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
All criteria are stated in the procurement documents accessed via
www.supplybucksbusiness.org.uk
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.1.11) Main features of the award procedure
All criteria are stated in the procurement documents accessed via
www.supplybucksbusiness.org.uk
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
15 September 2024
Local time
12:00pm
Changed to:
Date
24 October 2023
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The High Court
The Royal Courts of Justice
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Council will incorporate a standstill period at the point when information on the award of the contract is communicated to tenderers. The standstill period will be for a minimum of 10 calendar days and provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide for the aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)