Section one: Contracting authority
one.1) Name and addresses
The Borough Council of Calderdale
Town Hall, Crossley Street
Halifax
HX1 1UJ
Contact
Christine Kendall
christine.kendall@calderdale.gov.uk
Country
United Kingdom
Region code
UKE44 - Calderdale and Kirklees
National registration number
184 3147 61
Internet address(es)
Main address
https://www.calderdale.gov.uk/v2
Buyer's address
https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/103251
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=53885&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=53885&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
Supported Living Approved Provider List
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
The Borough Council of Calderdale (the Council) invites Tenders from Tenderers who wish to be considered for the provision of Personal Support in Supported Living Services (Approved Provider List) (the “Service”).
two.1.5) Estimated total value
Value excluding VAT: £122,000,000
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
Lot 1 – Low Learning Disability and/or Mental Health Needs’
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
- UK - United Kingdom
two.2.4) Description of the procurement
The Borough Council of Calderdale (the Council) invites Tenders from Tenderers who wish to be considered for the provision of Personal Support in Supported Living Services (Approved Provider List) (‘’the Service’’) Lot 1 is for Tenants with low disability and/or mental health needs. It is anticipated that the contract will commence on the 1st of April 2023 for a period of eight (8) years with an option to extend for one (1) further period of 24 months. Supported Living is a combination of housing and support for people with a learning disability and/or mental health needs. This model of support allows people to have their own tenancies with a Registered Social Landlord and receive support to live their lives and be as independent as possible. Support includes personal care and tenancy related support. The vision for supported living is to make sure that adults are able to have an independent life, within their own home, live within their community and with assistance from support staff they are able to do this. The Provider should provide a person-centred service for adults (‘’Tenants’’) with assessed eligible social care needs who live in supported accommodation. It shall focus on what Tenants can do for themselves either independently or through natural networks of support. There will be an emphasis on skills to strengthen a Tenant’s independence and rebuilding a Tenant’s confidence thereby maximising their independence.
Tenderers are being invited to submit a Tender for a place on the Council’s approved provider list. Please note that appointment to the approved provider list does not guarantee successful tenderers any work. The procedure for the award of services to approved providers is set out in the document entitled ‘Procedure for the Procurement and Provider Selection for the Supported Living Approved Provider List’ which is included in the tender documents. Quality will equate to 100% of the total evaluation criteria. Prices per Lot are set at fixed hourly rate(s) and therefore will not be scored. Admission onto the approved provider list will be on the basis of Tenderers achieving a minimum quality score of 50% as stated in the invitation to tender documents.
There will be no limit on the number of approved providers on the approved provider list. Each approved provider must satisfy the quality criteria outlined in paragraphs 17 and 18 of the invitation to tender documents. This opportunity may been re-opened approximately every two years during its term (dependant on the Council’s need for new providers). Tenderers should note that there may be a delay to the start date of up to 6 months to enable an effective consultation and mobilisation process. The Council will inform Tenderers/successful Tenderers of any delays to the start date as soon as practically possible.
Tenderers should note that any stated values are estimates and the Council shall not be bound by such estimates nor should these be interpreted as an undertaking to purchase any services.’
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: £30,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
1 x 24 month extension period
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 Moderate Learning Disability and/or Mental Health Needs
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
two.2.4) Description of the procurement
The Borough Council of Calderdale (the Council) invites Tenders from Tenderers who wish to be considered for the provision of Personal Support in Supported Living Services (Approved Provider List) (‘’the Service’’) Lot 2 is for Tenants with moderate disability and/or mental health needs. It is anticipated that the contract will commence on the 1st of April 2023 for a period of eight (8) years with an option to extend for one (1) further period of 24 months. Supported Living is a combination of housing and support for people with a learning disability and/or mental health needs. This model of support allows people to have their own tenancies with a Registered Social Landlord and receive support to live their lives and be as independent as possible. Support includes personal care and tenancy related support. The vision for supported living is to make sure that adults are able to have an independent life, within their own home, live within their community and with assistance from support staff they are able to do this. The Provider should provide a person-centred service for adults (‘’Tenants’’) with assessed eligible social care needs who live in supported accommodation. It shall focus on what Tenants can do for themselves either independently or through natural networks of support. There will be an emphasis on skills to strengthen a Tenant’s independence and rebuilding a Tenant’s confidence thereby maximising their independence.
Tenderers are being invited to submit a Tender for a place on the Council’s approved provider list.
Please note that appointment to the approved provider list does not guarantee successful tenderers any work. The procedure for the award of services to approved providers is set out in the document entitled ‘Procedure for the Procurement and Provider Selection for the Supported Living Approved Provider List’ which is included in the tender documents. Quality will equate to 100% of the total evaluation criteria. Prices per Lot are set at fixed hourly rate(s) and therefore will not be scored. Admission onto the approved provider list will be on the basis of Tenderers achieving a minimum quality score of 50% as stated in the invitation to tender documents.
There will be no limit on the number of approved providers on the approved provider list. Each approved provider must satisfy the quality criteria outlined in paragraphs 17 and 18 of the invitation to tender documents. This opportunity may been re-opened approximately every two years during its term (dependant on the Council’s need for new providers). Tenderers should note that there may be a delay to the start date of up to 6 months to enable an effective consultation and mobilisation process. The Council will inform Tenderers/successful Tenderers of any delays to the start date as soon as practically possible.
Tenderers should note that any stated values are estimates and the Council shall not be bound by such estimates nor should these be interpreted as an undertaking to purchase any services
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: £30,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
1 x 24 month extension period
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 3 Complex Learning Disability and/or Mental Health Needs
Lot No
3
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
two.2.4) Description of the procurement
The Borough Council of Calderdale (the Council) invites Tenders from Tenderers who wish to be considered for the provision of Personal Support in Supported Living Services (Approved Provider List) (‘’the Service’’) Lot 3 is for Tenants with complex disability and/or mental health needs. It is anticipated that the contract will commence on the 1st of April 2023 for a period of eight (8) years with an option to extend for one (1) further period of 24 months. Supported Living is a combination of housing and support for people with a learning disability and/or mental health needs. This model of support allows people to have their own tenancies with a Registered Social Landlord and receive support to live their lives and be as independent as possible. Support includes personal care and tenancy related support. The vision for supported living is to make sure that adults are able to have an independent life, within their own home, live within their community and with assistance from support staff they are able to do this. The Provider should provide a person-centred service for adults (‘’Tenants’’) with assessed eligible social care needs who live in supported accommodation. It shall focus on what Tenants can do for themselves either independently or through natural networks of support. There will be an emphasis on skills to strengthen a Tenant’s independence and rebuilding a Tenant’s confidence thereby maximising their independence.
Tenderers are being invited to submit a Tender for a place on the Council’s approved provider list.
Please note that appointment to the approved provider list does not guarantee successful tenderers any work. The procedure for the award of services to approved providers is set out in the document entitled ‘Procedure for the Procurement and Provider Selection for the Supported Living Approved Provider List’ which is included int he tender documents. Quality will equate to 100% of the total evaluation criteria. Prices per Lot are set at fixed hourly rate(s) and therefore will not be scored. Admission onto the approved provider list will be on the basis of Tenderers achieving a minimum quality score of 50% in total for quality questions 1-7 and 3/5 for question 8 as stated in the invitation to tender documents.
There will be no limit on the number of approved providers on the approved provider list. Each approved provider must satisfy the quality criteria outlined in paragraphs 17 and 18 of the invitation to tender documents. This opportunity may been re-opened approximately every two years during its term (dependant on the Council’s need for new providers). Tenderers should note that there may be a delay to the start date of up to 6 months to enable an effective consultation and mobilisation process. The Council will inform Tenderers/successful Tenderers of any delays to the start date as soon as practically possible.
Tenderers should note that any stated values are estimates and the Council shall not be bound by such estimates nor should these be interpreted as an undertaking to purchase any services
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: £61,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
1 x 24 Month extension period
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
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
14 November 2022
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
14 November 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
High Court of England and Wales
Strand
London
WC2A 2LL
Telephone
+44 2079476112
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
Strand
London
WC2A 2LL
Telephone
+44 2079476112
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
High Court of England and Wales
Strand
London
WC2A 2LL
Telephone
+44 2079476112
Country
United Kingdom