Tender

SOL - Long Term Care at Home and Sitting Services

  • Solihull Metropolitan Borough Council

F02: Contract notice

Notice identifier: 2023/S 000-028091

Procurement identifier (OCID): ocds-h6vhtk-040321

Published 22 September 2023, 4:24pm



Section one: Contracting authority

one.1) Name and addresses

Solihull Metropolitan Borough Council

Council House, Manor Square

Solihull

B91 3QB

Contact

Corporate Procurement Service

Email

procteam@solihull.gov.uk

Country

United Kingdom

NUTS code

UKG32 - Solihull

Internet address(es)

Main address

http://www.solihull.gov.uk

one.3) Communication

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

http://www.csw-jets.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.csw-jets.co.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

SOL - Long Term Care at Home and Sitting Services

Reference number

SOL - 17320

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of Long Term Care at Home (Lot 1) and Sitting Services (lot 2) in the borough of Solihull

two.1.5) Estimated total value

Value excluding VAT: £159,000,000

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

Care at Home Services

Lot No

1

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKG32 - Solihull

two.2.4) Description of the procurement

Lot 1 - Long Term Care at Home Long Term Care at Home (Lot 1) aim to allow people who use the service to live as independently as possible in their own homes and to sign-post people to other services where needed. The service provided should help to delay and reduce the need for additional long term care through a focus on promoting wellbeing and independence. It should safeguard adults, protecting them from avoidable harm. Care and support should be delivered in line with the person’s wishes, as best as it can be. The care and support delivered should meet the person’s cultural needs and maintain their dignity and respect. The expected outputs of the Service are that the chosen Providers will: Respond to all appropriate referrals in their prescribed zone Support individuals in line with their care and support plan and how they wish to be supported Support individuals to maintain and maximise independence as far as possible Deliver safe, quality and compliant care and support to individuals

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: £147,000,000

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

Start date

1 April 2024

End date

31 March 2033

This contract is subject to renewal

Yes

Description of renewals

Recurrent contract to be renewed upon expiry

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) Description

two.2.1) Title

Lot 2 - Sitting Services

Lot No

2

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKG32 - Solihull

two.2.4) Description of the procurement

Lot 2 - Sitting Services Sitting Services (Lot 2) aim to allow people who use the service to live as independently as possible in their own homes and to sign-post people to other services where needed. The service provided should help to delay and reduce the need for additional long term care through a focus on promoting wellbeing and independence. It should safeguard adults, protecting them from avoidable harm. Care and support should be delivered in line with the person’s wishes, as best as it can be. The care and support delivered should meet the person’s cultural needs and maintain their dignity and respect. Sitting Services (Lot 2) are required when a carer needs a break, but replacement care is required to look after their loved one in their own home. The expected outputs of the Service are that the chosen Providers will: Respond to all appropriate referrals in their prescribed zone Support individuals in line with their care and support plan and how they wish to be supported Support individuals to maintain and maximise independence as far as possible Deliver safe, quality and compliant care and support to individuals Deliver care and companionship to a person in their own home whilst their carer is having a break or attending appointments (Lot 2 only).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 March 2024

End date

31 March 2033

This contract is subject to renewal

Yes

Description of renewals

Recurrent contract to be renewed upon expiry

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Providers are required to be CQC registered with a rating rating of Good and above at the time of tender submission

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 36

In the case of framework agreements, provide justification for any duration exceeding 4 years:

This framework will be let under Light Touch arrangements under the EU Procurement Directives and implemented in English Law in the Public Contracts Regulations 2015 (PCR 2015).

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

3 November 2023

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

3 November 2023

Local time

12:00pm

Place

Solihull


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 8 years

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Solihull MBC

Solihull

Country

United Kingdom