Tender

Sefton Council Pseudo Dynamic Purchasing System (PDPS) for Children and Young People Service

  • Sefton Council

F02: Contract notice

Notice identifier: 2022/S 000-028837

Procurement identifier (OCID): ocds-h6vhtk-037570

Published 13 October 2022, 1:51pm



Section one: Contracting authority

one.1) Name and addresses

Sefton Council

1st Floor Magdalen House, Trinity Road

Bootle

L20 3NJ

Contact

Mr Stuart Bate

Email

stuart.bate@sefton.gov.uk

Telephone

+44 1519344288

Fax

+44 1519344579

Country

United Kingdom

Region code

UKD - North West (England)

Internet address(es)

Main address

http://www.sefton.gov.uk

Buyer's address

http://www.sefton.gov.uk

one.3) Communication

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

https://procontract.due-north.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com

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

Sefton Council Pseudo Dynamic Purchasing System (PDPS) for Children and Young People Service

Reference number

DN636972

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 aim of the development of a Local Dynamic Purchasing System in relation to Children

and Young People in the borough of Sefton, is to encourage a range of providers to work

collaboratively as a Strategic Partnership to dynamically shape services which are child

centred, and strength based. Such an approach will inform a local market offer based on the

child’s journey which will focus on outcomes for children and young people, will be cost

effective and flexible, ranging from residential care, independent fostering, mental health

support, early intervention alongside working closely with our voluntary and community and

faith sector to facilitate access to employment, education, and active citizen opportunities.

two.1.5) Estimated total value

Value excluding VAT: £250,000,000

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

Children's Residential Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

The Provider shall ensure that the homes will be compliant with Children's Homes

Regulations including Quality Standards and be judged by Ofsted as 'good' (for at least one

home) or 'outstanding' (with the exception of newly registered provision, which has an initial

maximum Ofsted judgement) .

All residential homes must support attendance at required health assessments /

appointments, and associated appointments including but not limited to dentist, optician

appointments. Failure to attend must also be reported to the relevant Local Authority in a

timely manner.

This procurement is being undertaken in accordance with section 7 of the Public Contracts

Regulations 2015,also know as the "Light Touch" regime, to establish a Pseudo Dynamic

Purchasing System (PDPS)

The PDPS is for a 5 year core period commencing 10th February 2023, with 5 x 12 month

extension options.

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: £130,000,000

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

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

Either after the 5th year or each subsequent year up to year 10 depending on whether

extension options are awarded or not

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

5 x 12 month extension options are available.

Either after the 5th year or each subsequent year up to year 10 depending on whether

extension options are awarded or not

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

Fostering Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

The Provider shall ensure that the Homes will be compliant with the appropriate Fostering

Services Regulations and should be judged by Ofsted to be 'good' or 'outstanding' (except

for newly registered provision).

All fostering homes must provide skilled and well-trained foster carers who can provide a

stable, loving, caring and welcoming family home for Children and Young People who may

have experienced loss, separation, abuse, neglect or harm and may consequently have

complex and challenging emotional and behavioural difficulties.

All fostering homes must support attendance at required health assessments /

appointments, and associated appointments including but not limited to dentist, optician

appointments. Failure to attend must also be reported to the relevant Local Authority in a

timely manner.

The Framework expects all providers to support the timely completion of Local Authority

questionnaires as requested, e.g. Strengths and Difficulties Questionnaire.

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: £60,000,000

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

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

Either after the 5th year or each subsequent year up to year 10 depending on whether

extension options are awarded or not

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

5 x 12 month extension options are available.

Either after the 5th year or each subsequent year up to year 10 depending on whether

extension options are awarded or not

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

Wrap Around Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

This lot is made up of services which will support the child’s journey. Stability of placement,

transition support, therapeutic input and reunification are critical elements. More than one

element may be included in a single bid.

Services will support the stability of placements, assisting a home to manage any crisis being

suffered by a child.

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: £50,000,000

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

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

Either after the 5th year or each subsequent year up to year 10 depending on whether

extension options are awarded or not

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

5 x 12 month extension options are available.

Either after the 5th year or each subsequent year up to year 10 depending on whether

extension options are awarded or not

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

10 November 2022

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

10 November 2022

Local time

12:05pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Estimated timing for further notices to be published: Either after the 5th year or each

subsequent year up to year 10 depending on whether extension options are awarded or not

six.4) Procedures for review

six.4.1) Review body

Sefton Council

Bootle

Country

United Kingdom