Section one: Contracting authority
one.1) Name and addresses
Coventry City Council
Council House,Earl Street
COVENTRY
CV15RR
procurement.services@coventry.gov.uk
Telephone
+44 2476833757
Country
United Kingdom
Region code
UKG33 - Coventry
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.1) Name and addresses
Solihull Metropolitan Borough Council
Council House, Manor Square
Solihull
B91 3QB
Country
United Kingdom
Region code
UKG32 - Solihull
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.1) Name and addresses
Warwickshire County Council
Strategic Procurement Unit, PO Box 3, Shire Hall, Market Place
Warwick
CV34 4RH
procurement@warwickshire.gov.uk
Country
United Kingdom
Region code
UKG13 - Warwickshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Social protection
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Short Breaks for Disabled Children & Young People
Reference number
COV - 14791 - (6608A) - Framework Re-Open Event
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Coventry City Council is undertaking a re-procurement process to identify and appoint additional service providers to an existing framework (COV - 6608) to deliver services with regard to Short Breaks and Domiciliary Care for Children with Disabilities.
The process is to refresh the existing framework - original OJEU Notice reference: 2020/S 014-029273.
The purpose of this flexible framework reopening event is to allow up to a further three (3) additional service providers to join the current list of approved providers, from an increase of two (2) providers to, up to five (5) providers.
The contract period available is for the two remaining years of the existing framework.
two.1.5) Estimated total value
Value excluding VAT: £1,020,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG13 - Warwickshire
- UKG32 - Solihull
- UKG33 - Coventry
Main site or place of performance
UKG33: Coventry
two.2.4) Description of the procurement
Community short breaks are intended to have positive benefits for both children and young people who have disabilities as well as their parents and carers. Providers will support individual children with disabilities and young people to access mainstream community assets and activities as outlined in the child's support plan. E. g community art groups, and scouts. The service is required for children with disabilities and young people who have
been assessed, via a Social Care assessment or an Early Help assessment as in need of 1:1 (or 2:1) support to access community activities.
The service will be delivered in line with each individual's support plan and will adhere to the following service principles:
The delivery of personalised support
The delivery of outcomes
Focus on promoting independence
Focus on community inclusion
Promoting equality
Working in partnership
Child protection and Safeguarding including Child Sexual Exploitation (CSE)
This flexible framework re-open event is designed with the intention to award up to a maximum of three successful Providers. Where the authority is not in the position to award to three, it reserves the right to award a lower number i.e one or two. This has been designed to ensure; continued competition, a basis of flexibility, and also support the creation of sustainable business opportunities for new market entrants, into the City of Coventry.
Each Call-off from the framework would be for the delivery of a short break package and/or separate home support package. All parties participating in this tender exercise including those preferred bidders awarded a place on the framework should at all times note that the Council provides no guarantee (express or implied) as to the minimum level of work offered to framework partners pursuant to the contract.
All Call-offs made against the flexible framework will be delivered via mini-competition exercises. All providers accepted onto the Framework Agreement will be invited to compete for specific requirements at the time of each referral. This is to provide the necessitated flexibility in the process, to allow for service provision to be effectively delivered, at the right time, to meet variable demand.
Reopening of the Flexible Framework - The aim is to commission a further three (3), sustainable providers (in addition to the current two providers), with the requisite sufficiency to support the framework and deliver quality, choice, and market viability. If during the remaining Framework Agreement Term, a provider is removed or withdraws from the framework; other external Providers, including those that have previously applied and failed to become a Framework Provider, will be given a further
opportunity to obtain a place on this Framework Agreement.
two.2.6) Estimated value
Value excluding VAT: £1,020,000
two.2.7) Duration of the contract or the framework agreement
Start date
1 April 2023
End date
31 March 2025
two.2.14) Additional information
This procurement is for Social Care Services which are considered Light Touch Regime (LTR) services under the Public Contracts Regulations 2015, as specified in Schedule 3 of the Regulations ("Regulations").
Accordingly, the Council is only bound by those parts of the Regulations detailed in Chapter 3 'Particular Procurement Regimes Section 7, Social and Other Specific Services' 74 to 76 of the Public Contracts Regulations 2015. The Council is not voluntarily following any other part of the Regulations. The procedure which the Council is following is set out within this ITT.
The agreement is based upon the basic principles of a framework agreement, and although there are some similar aspects, it does not fully operate in the same way as outlined in regulation 33 of the Public Contracts Regulations (2015).
The Local Authority will create a "pseudo framework agreement" (based on CCS guidance) and have set out clearly how we intend to operate the framework agreement from the outset through the OJEU notice, Tender Document, and Call-off Schedule, which also details the timeline for when it will be reopened. This meets the
duty of transparency and equal treatment, which are the main guidelines to follow when setting up an LTR contract.
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
As stipulated in the ITT documentation.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stipulated in the ITT documentation.
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.1.3) Information about a framework agreement
The procurement involves the establishment of a framework agreement
In the case of framework agreements, provide justification for any duration exceeding 4 years:
This is a re-open event of an existing framework (2020/S 014-029273) and will be for the remaining two years of the framework - which was five years in total. The justification is provided in the original contract notice.
four.1.11) Main features of the award procedure
As stated within the tender documentation.
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 014-029273
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 November 2022
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The Council is subject to the provisions of the Freedom of Information Act 2000 and the Environmental Information Regulations 2004 (the Information Acts) and all correspondence received from bidders may be subject to disclosure in accordance with the Information Acts. If any tenderer considers that any of the information it submits to the Council is exempt from disclosure under the Information Acts then this should be stated in writing at the time the information is supplied together with the reason for considering it exempt. On receipt of an information request relating to the information considered exempt the Council will, where reasonably practicable, consult with the relevant tenderer in considering any request for disclosure before disclosing such information. However, in submitting any information to the Councils, bidders accept and acknowledge that the Council may, acting in accordance with the Information Acts and associated codes of practice, disclose information:
(a) without consulting the relevant tenderer; or
(b) following consultation with the tenderer and having taken its views into account.
six.4) Procedures for review
six.4.1) Review body
Coventry City Council
Coventry City Council
Coventry
CV1 2GN
Country
United Kingdom