Section one: Contracting authority
one.1) Name and addresses
SOUTHAMPTON CITY COUNCIL
Civic Centre,Civic Centre Road
SOUTHAMPTON
SO147LY
tendermanagment@southampton.gov.uk
Telephone
+44 2380833000
Country
United Kingdom
Region code
UKJ32 - Southampton
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplierlive.proactisp2p.com/Account/Login
Additional information can be obtained from the above-mentioned address
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
Other activity
Advocacy and Related Services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Southampton Integrated Advocacy Services
Reference number
REQ/1000142
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Southampton City Council is seeking bids from relevant providers for the provision an integrated advocacy service for adults and children in Southampton. The service will include the provision of statutory advocacy and non-statutory advocacy for both adults, children and young people, besides an Independent Visitor (IV) service for Children Looked After (CLA) and - subject to the Council exercising options to modify the contract value - additional services relating to Return Home Interviews for Children Looked After (CLA) and advocacy services relating to the implementation of Liberty Protection Safeguards.
two.1.5) Estimated total value
Value excluding VAT: £2,986,247
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85310000 - Social work services
two.2.3) Place of performance
NUTS codes
- UKJ32 - Southampton
two.2.4) Description of the procurement
This procurement will follow the Open type procedure and will be conducted in compliance with The Public Contracts Regulations74-77, 2015, under the Light Touch Regime.
The range of statutory advocacy provision to be delivered includes the following:
• Independent Mental Health Advocacy (IMHA) as determined by the Mental Health Act 1983 (MHA) - including the provision of IMHA within private psychiatric facilities within the boundaries of Southampton City Council
• Independent Mental Capacity Act Advocacy (IMCA) including Deprivation of Liberty Safeguards (DOLS) IMCA, as determined by the Mental Capacity Act 2005 (MCA) and IMCA for Liberty Protection Safeguards (LPS) as introduced by the Mental Capacity Amendment Act 2019
• Paid Relevant Person's Representative (Paid RPR) as determined by the Mental Capacity Act 2005 (MCA).
• Care Act 2014 Advocacy as determined by the Care Act 2014
• Children's Statutory Advocacy: Advocacy to support those with Special Educational Needs and Disabilities (SEND) under the Children and Families Act (2014).
• Independent NHS Complaints Advocacy (IHCAS).
• CLA (Children Looked After) Advocacy in accordance with the Children Act 1989 and The Adoption and Children Act 2002 s.26A.
• Provision of Return Home Interviews service for Children Looked After (CLA).
The range of non-statutory advocacy provision to be delivered includes the following:
• Supporting individuals through the hospital discharge process and decision making about discharge and support options.
• Supporting parents who have a learning disability and whose child is subject to child protection proceedings.
• Supporting self-advocacy groups and self-advocates to lead the advocacy support that they receive, to attend forums and meetings across Southampton, to understand and have a say over the issues which impact their lives,
• To support self-advocates to attend Southampton's Learning Disabilities Partnership Board.
• Supporting individuals to become peer advocates, so enabling people with a shared experience to support and empower each other.
• Providing advocacy support to individuals and groups as part of strategic service reviews and system redesign undertaken by public sector bodies.
Please see Document 3 Service Specification for more service-related information.
For delivery of the specification requirements (with the exception of Return Home Interviews) suppliers will be required to bid against an available funding resource of:
£386,863 for the first year of the initial contract term
£407,971 per annum for each of the remaining 2 years of the initial contract period.
£407,971 per annum for any periods of contract extension (i.e., up to a maximum of two periods of extension, each of 12 months' duration).
In meeting additional obligations arising under the implementation of Liberty Protection Safeguards (LPS), as introduced by the Mental Capacity Amendment Act 2019 - which date of implementation has yet to be confirmed - the Council may exercise the option to modify the contract to increase its value by up to a further £165,000 per annum. The Council may choose to modify the contract by all, part, or none of this amount.
In meeting additional obligations in respect to the provision of Return Home interviews the Council may exercise the option to modify the contract to increase its value by up to a further £30,000 per annum. The Council may choose to modify the contract by all, part, or none of this amount.
This procurement therefore provides for a maximum estimated contract value of £2,986,247
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: £2,986,247
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2026
This contract is subject to renewal
Yes
Description of renewals
The Council has the option, at its discretion, to extend the initial contract term period by two further periods, each of up to 12 months in duration.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Council has the option, at its discretion, to extend the initial contract term period by two further periods, each of up to 12 months in duration.
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
28 November 2022
Local time
12:00pm
Changed to:
Date
2 December 2022
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
28 November 2022
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
London
Country
United Kingdom