Tender

Domiciliary Care Services and Extra Care Services for Dudley Borough

  • Dudley Metropolitan Borough Council

F02: Contract notice

Notice identifier: 2023/S 000-029997

Procurement identifier (OCID): ocds-h6vhtk-040b1f

Published 11 October 2023, 2:57pm



Section one: Contracting authority

one.1) Name and addresses

Dudley Metropolitan Borough Council

The Council House, Priory Rd, Dudley DY1 1HF

Dudley

Contact

Chanpreet Dhesi

Email

chanpreet.dhesi@dudley.gov.uk

Country

United Kingdom

NUTS code

UKG36 - Dudley

Internet address(es)

Main address

https://in-tendhost.co.uk/blackcountryportal/aspx/Help

Buyer's address

https://in-tendhost.co.uk/blackcountryportal/aspx/Help

one.3) Communication

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

https://in-tendhost.co.uk/blackcountryportal/aspx/Help

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/blackcountryportal/aspx/Help

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

Domiciliary Care Services and Extra Care Services for Dudley Borough

Reference number

ASC216

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 Council is seeking to procure Domiciliary Care Services and Extra Care Services to deliver care and support across the Dudley borough to people who are ordinarily resident in Dudley and have assessed Care Act eligible needs as set out in the FTSN (Find a Tender Service Notice) and the Specification at Appendix 5 and the procurement documentsDomiciliary care Tier 1 Tier one is comprised of five zones A – E with the expectation on Service Providers to deliver on average at least one thousand (1000) hours a week or above of long-term work. The expectation of hours is to ensure sufficient staffing and resources to respond to demand.Tier 2Tier 2 is comprised of ten zones 1-10. Tier 2 will consist of multiple Service Providers delivering long-term care within their zone(s) It is anticipated that Tier 2 Service Providers would deliver on average between three hundred (300) hours and six hundred (600) hoursExtra Care There are 4 Extra Care Schemes

two.1.5) Estimated total value

Value excluding VAT: £107,453,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

One (1) Tier 1 zone and one (1) Tier 2 zone and one (1) Extra Care Housing (ECH) within their nominated zone(s) only. or2 preferences for Tier 2 zones only.or2 Extra Care Housing schemes or one Tier 2 zone and one Extra Care Housing schemes or one Tier 2 zone and one Extra Care Housing (ECH) scheme within their nominated zone and no Tier 1 in the community. As per 21.2 of the ITT

two.2) Description

two.2.1) Title

Domiciliary Care - Tier 1

Lot No

Domiciliary Care - Tier 1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKG36 - Dudley

two.2.4) Description of the procurement

Tier one is comprised of five zones A – E with the expectation on Service Providers to deliver on average at least one thousand (1000) hours a week or above of long-term work. The expectation of hours is to ensure sufficient staffing and resources to respond to demand. Service Providers will need to demonstrate in their bids sufficient evidence that they are currently able/will be able to meet/exceed this expectation.Tier 1 Service Providers will provide long term care to Individuals within their zone(s).Tier 1 Service Providers will be expected to support same day transfer when requested, to enable flow from the Council's urgent care and supported discharge teams. Tier 1 Service Providers are expected to have in situ or can demonstrate they will have by contract start Electronic Call Monitoring (ECM) systems, Digital Social Care Records (DSCR) systems.In the event that additional hospital discharge support is required the Council may request Tier 1 Service Providers to support and provide additional capacity. In this situation hospital discharge response will be required within 1 hour with same day discharge. In the event of this being required the Council will meet with the Service Providers to design the pathway. It is expected that Tier 1 Service Providers will work collaboratively with Tier 2 Service Providers in partnership to meet the demand of the geographic areas they are collectively responsible for, whilst ensuring quality care delivery and efficient use of resources.

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: £102,000,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

4 year contract with options to extend for +1+1 year

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

Domiciliary Care - Tier 2

Lot No

Domiciliary Care - Tier 2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKG36 - Dudley

two.2.4) Description of the procurement

Tier 2 is comprised of ten zones 1-10. Tier 2 will consist of multiple Service Providers delivering long-term care within their zone(s) It is anticipated that Tier 2 Service Providers would deliver on average between three hundred (300) hours and six hundred (600) hours. We recognise new Service Providers entering the market may start at a lower average. Tier 2 Service Providers are expected to ensure that they provide appropriate capacity to meet the demand in the zone(s) they are responsible for.It is expected that Service Providers will work in partnership with other Tier 2 and Tier 1 Service Providers to ensure the demand within their zones is efficiently met.

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: £102,000,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

4 year contract with options to extend by +1+1 years

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

Extra Care - 4 Schemes

Lot No

Extra Care - 4 Schemes

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKG36 - Dudley

two.2.4) Description of the procurement

There are two providers of Extra Care in Dudley providing four schemes between them with a total of 395 properties of which 315 are for social rent, and 74 are shared equity properties. Dudley MBC has nomination rights for each of the Extra Care schemes. There are 4 lots for Extra Care one per scheme. Bidders may submit bids for no more than 2 Extra Care schemes. The landlord for schemes 1, 2, 3 below is Midland Heart, these schemes have a mix of rented and shared ownership and outright owned apartments.The successful bidder will be required to agree to a Service Level Agreement with the landlord to deliver the housing support. An example copy of the SLA and information/costings is provided in Appendix G of the Core Specification. The schemes Extra Care Lot 1 Lime Gardens The scheme is located in the Cradley/Halesowen area and has 120 flats, 50 are two bedroom and 70 one-bedroom apartments. At the time of writing there are 35 flats occupied by people with assessed social care needs. Extra Care Lot 2 Broad Meadow Broad Meadow is located in the Russell’s Hall area of Dudley and has 132 flats. At the time of writing there are 38 flats occupied by people with assessed social care needs. Extra Care Lot 3 Willow Fields Willowfields is located in Coseley and has 72 apartments, of which 21 are owned and 52 are rented. At the time of writing there are 27 flats occupied by people with assessed social care needs. Further information regarding the housing can be found at the link below:https://www.midlandheart.org.uk/find-a-home/retirement-living/the-black-country/willowfields/Extra Care Lot 4 Beacon Court Beacon Court is located in Sedgley. It’s an Extra Care scheme for people over 55 primarily for Individuals with a Visual Impairment. There are 71 flats with a mixture of rented and shared ownership. At the time of writing there are 15 people with assessed social care needs. Beacon Court also has additional facilities located adjacent to it provided by Beacon Vision.org. The successful bidder is required to enter into an agreement with the housing provider for this lot. An example copy of the SLA in Appendix H in the Core Specification and information/costings is provided in Appendix HFor more information about the housing please see link below: https://www.bromford.co.uk/find-a-home/rent-a-home/beacon-court-wolverhampton/

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: £5,453,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

4 year contract with the option to extend for +1+1 year

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

Accelerated procedure

Justification:

The procurement is under Schedule 3 of the Public Contract Regulations 2015.A single one stage process is being undertaken. This will result in contracts for each of the 4 Extra Care Schemes, and a flexible Framework for the Dom Care Service. The Dom Care Framework may be opened as per the tender documentation.

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

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

The Framework will be re-opened periodically as per the tender documentation.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

17 November 2023

Local time

1:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

17 November 2023

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Additional notices will be published as and when the Flexible Framework is re-opened.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand London WC2A 2LL

London

Country

United Kingdom