Tender

Supported Living Approved Provider List

  • The Borough Council of Calderdale

F02: Contract notice

Notice identifier: 2022/S 000-028826

Procurement identifier (OCID): ocds-h6vhtk-037567

Published 13 October 2022, 1:37pm



Section one: Contracting authority

one.1) Name and addresses

The Borough Council of Calderdale

Town Hall, Crossley Street

Halifax

HX1 1UJ

Contact

Christine Kendall

Email

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

Email

tcc.issue@justice.gov.uk

Telephone

+44 2079476112

Country

United Kingdom

Internet address

https://www.judiciary.uk/

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

Strand

London

WC2A 2LL

Email

tcc.issue@justice.gov.uk

Telephone

+44 2079476112

Country

United Kingdom

Internet address

https://www.judiciary.uk/

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

High Court of England and Wales

Strand

London

WC2A 2LL

Email

tcc.issue@justice.gov.uk

Telephone

+44 2079476112

Country

United Kingdom

Internet address

https://www.judiciary.uk/