Tender

Flexible Framework Agreement for Supported Living Services in Staffordshire

  • Staffordshire County Council

F02: Contract notice

Notice identifier: 2023/S 000-033783

Procurement identifier (OCID): ocds-h6vhtk-041a0c

Published 15 November 2023, 2:11pm



Section one: Contracting authority

one.1) Name and addresses

Staffordshire County Council

STAFFORD

ST162DH

Email

commercial.team@staffordshire.gov.uk

Country

United Kingdom

Region code

UKG24 - Staffordshire CC

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.staffordshire.gov.uk

Buyer's address

https://supplierlive.proactisp2p.com/Account/Login

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 electronically via

https://supplierlive.proactisp2p.com/Account/Login

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

Flexible Framework Agreement for Supported Living Services in Staffordshire

Reference number

IA2613

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 procurement is for a Flexible Framework Agreement for the Provision of Supported Living Services ("the Framework"). The Framework is divided into four (4) Lots, with Lots 2 to 4 being sub-divided into A and B.

The Council will be awarding Call-Off Contracts for the provision of supported living services to both a single individual, an "Individual Call-Off Contract", and groups of individuals who all reside in the same premises, a "Block Call-Off Contract". These are described fully in the Specification at Schedule 1 to the Framework.

Call-Off Contracts will be awarded by both Direct Award and a Mini-Competition process as detailed in the ITT Procurement Pack and the Framework terms.

Supported Living Services support individuals with learning disabilities, physical disabilities, Autism and/or mental health conditions to live independently in the community.

The Services covered by this procurement are limited to those required to meet the individual's assessed eligible needs under the Care Act 2014 and are funded by the Authority. Housing or other services that the individual receives are NOT covered.

This procurement does not relate to the placement of individuals into their supported living accommodation.

The Authority is utilising the flexibility provided by the 'Light Touch Regime' in section 7 (Social and Other Specific Services) of Chapter 3 (Regulations 74 to 76) of the Public Contracts Regulations ("PCR") 2015 to undertake a bespoke procurement process that adopts elements of the Open Procedure.

This "flexibility" is being utilised to establish the Framework for an initial period of five (5) years, commencing on 9th September 2024 ("Framework Term"). Thereafter the Council reserves the right to extend the Framework Term in such period or periods as the Council deems appropriate up to a further three (3) years, providing a total possible Framework Term of eight (8) years, ending on 8th September 2032.

In addition, the Authority may exercise its flexibility to 'open' the Framework for Providers to submit Tenders to join the Framework during the Framework Term.

The reopening of the Framework will be at the Authority's reasonable discretion, for example, if the Authority needs to increase the capacity or respond to emerging needs.

Any reopening of the Framework will be subject to the same Award Criteria and same process as outlined in the ITT Procurement Pack. Any Provider whose Tender for appointment to the Framework has previously been unsuccessful, is permitted to submit a new Tender at any time the Framework is reopened.

The Authority will be holding a Provider event on Thursday 30th November 2023. To book a place for this event please use the booking link in the Tender Documents. Attendance is restricted to two (2) people from one organisation.

The event will give Providers an opportunity to ask Commissioners and Procurement Officers questions in relation to this procurement. Providers are requested to have familiarised themselves with the Tender Documents prior to this event, to avoid duplicating questions raised previously and already answered.

two.1.5) Estimated total value

Value excluding VAT: £241,952,635

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

Supported Living Services for Individuals with a primary need of Mental Health within the administrative boundary of Staffordshire County Council

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKG24 - Staffordshire CC
Main site or place of performance

Staffordshire

two.2.4) Description of the procurement

Lot 1: Supported Living Services for Individuals with a primary need of Mental Health within the administrative boundary of Staffordshire County Council which shall exclude the administrative boundary of Stoke-on-Trent City Council.

Estimated Total Framework value for Lot 1 is £15,082,247. 00

To be appointed to Lot 1 of the Framework, Providers must:

•"Pass" all of the Pass/Fail questions in the ITT Questionnaire;

•Achieve a total quality score of at least fifty percent (50%) for Lot 1;

and

• Have at least twelve (12) months' experience in delivery of Mental Health Services.

There is no restriction on the number of Providers to be appointed to each Lot. Providers shall be aware that if they express an interest in more than one Lot, their successful appointment to one Lot will not automatically result in their appointment to the other Lots for which they expressed an interest. Each Lot will be evaluated separately using the criteria as set out in the ITT Procurement Pack.

Providers are required to express their interest using the table in the ITT Questionnaire to identify the Lots that they wish to be considered for.

two.2.5) Award criteria

Quality criterion - Name: Experience / Weighting: 5%

Quality criterion - Name: Experience Case Study 1 / Weighting: 5%

Quality criterion - Name: Experience Case Study 2 / Weighting: 5%

Quality criterion - Name: Co-Production / Weighting: 15%

Quality criterion - Name: Staff skills and competencies / Weighting: 15%

Quality criterion - Name: Strengths based working / Weighting: 15%

Quality criterion - Name: Outcomes / Weighting: 15%

Quality criterion - Name: Quality / Weighting: 15%

Quality criterion - Name: Social Value / Weighting: 5%

Quality criterion - Name: TUPE/Mobilisation / Weighting: 5%

Price - Weighting: 0

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

Start date

9 September 2024

End date

8 September 2029

This contract is subject to renewal

Yes

Description of renewals

The Framework will commence on 9th September 2024 and is anticipated to continue until 8th September 2029. The Framework has provision for extension in such period or periods as the Council deems appropriate up to a maximum period of three (3) years to 8th September 2032.

In the event the Framework is extended, the extension shall be on the same Terms and Conditions as applied during the initial term of the Framework.

Call-Off Contracts awarded pursuant to the Framework may continue beyond the expiration or earlier termination of the Framework.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Award Criteria for award of any Call-Off Contract in this Lot is 100% Quality as set out in Section 62 and 65 of the ITT Procurement Pack.

The Tender Documents are available by searching for opportunity IA2613 Supported Living Services in Staffordshire on https://supplierlive.proactisp2p.com/Account/Login

two.2) Description

two.2.1) Title

Supported Living Services for Individuals with a primary need of Learning Disability and/or Autism in North Staffordshire

Lot No

2A

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKG24 - Staffordshire CC
Main site or place of performance

Staffordshire

two.2.4) Description of the procurement

2A.Supported Living Services for Individuals with a primary need of Learning Disability and/or Autism in North Staffordshire within the administrative boundaries of Staffordshire Moorlands Borough Council and Newcastle-Under-Lyme Borough Council.

Estimated Total Framework Agreement value for Lot 2A is £90,803,342.00

To be appointed to Lot 2A of the Framework, Providers must:

•"Pass" all of the Pass/Fail questions in the ITT Questionnaire; and

•Achieve a total quality score of at least fifty percent (50%) for Lot 2A

There is no restriction on the number of Providers to be appointed to each Lot. Providers shall be aware that if they express an interest in more than one Lot, their successful appointment to one Lot will not automatically result in their appointment to the other Lots for which they expressed an interest. Each Lot will be evaluated separately using the criteria as set out in the ITT Procurement Pack.

Providers are required to express their interest using the table in the ITT Questionnaire to identify the Lots that they wish to be considered for.

two.2.5) Award criteria

Quality criterion - Name: Experience / Weighting: 5%

Quality criterion - Name: Experience Case Study 1 / Weighting: 5%

Quality criterion - Name: Experience Case Study 2 / Weighting: 5%

Quality criterion - Name: Co-Production / Weighting: 15%

Quality criterion - Name: Staff skills and competencies / Weighting: 15%

Quality criterion - Name: Strengths based working / Weighting: 15%

Quality criterion - Name: Outcomes / Weighting: 15%

Quality criterion - Name: Quality / Weighting: 15%

Quality criterion - Name: Social Value / Weighting: 5%

Quality criterion - Name: TUPE/Mobilisation / Weighting: 5%

Price - Weighting: 0

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

Start date

9 September 2024

End date

8 September 2029

This contract is subject to renewal

Yes

Description of renewals

The Framework will commence on 9th September 2024 and is anticipated to continue until 8th September 2029. The Framework has provision for extension in such period or periods as the Council deems appropriate up to a maximum period of three (3) years to 8th September 2032.

In the event the Framework is extended, the extension shall be on the same Terms and Conditions as applied during the initial term of the Framework.

Call-Off Contracts awarded pursuant to the Framework may continue beyond the expiration or earlier termination of the Framework.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Award Criteria for award of any Call-Off Contract in this Lot is 100% Quality as set out in Section 62 and 65 of the ITT Procurement Pack.

The Tender Documents are available by searching for opportunity IA2613 Supported Living Services in Staffordshire on https://supplierlive.proactisp2p.com/Account/Login

two.2) Description

two.2.1) Title

Supported Living Services for North Staffordshire for Individuals with a Physical Disability, Sensory Impairment and/or an Acquired Brain Injury

Lot No

2B

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKG24 - Staffordshire CC
Main site or place of performance

Staffordshire

two.2.4) Description of the procurement

Lot 2B. Supported Living Services for Individuals with a Physical Disability, Sensory Impairment and/or an Acquired Brain Injury in North Staffordshire within the administrative boundaries of Staffordshire Moorlands Borough Council and Newcastle-Under-Lyme Borough Council.

Estimated Total Agreement value for Lot 2B is £1,550,000.00

To be appointed to Lot 2B of the Framework, Providers must:

•"Pass" all of the Pass/Fail questions in the ITT Questionnaire; and

• Achieve a total quality score of at least fifty percent (50%) for Lot 2B

There is no restriction on the number of Providers to be appointed to each Lot. Providers shall be aware that if they express an interest in more than one Lot, their successful appointment to one Lot will not automatically result in their appointment to the other Lots for which they expressed an interest. Each Lot will be evaluated separately using the criteria as set out in the ITT Procurement Pack.

Providers are required to express their interest using the table in the ITT Questionnaire to identify the Lots that they wish to be considered for.

two.2.5) Award criteria

Quality criterion - Name: Experience / Weighting: 5%

Quality criterion - Name: Experience Case Study 1 / Weighting: 5%

Quality criterion - Name: Experience Case Study 2 / Weighting: 5%

Quality criterion - Name: Co-Production / Weighting: 15%

Quality criterion - Name: Staff skills and competencies / Weighting: 15%

Quality criterion - Name: Strengths based working / Weighting: 15%

Quality criterion - Name: Outcomes / Weighting: 15%

Quality criterion - Name: Quality / Weighting: 15%

Quality criterion - Name: Social Value / Weighting: 5%

Quality criterion - Name: TUPE/Mobilisation / Weighting: 5%

Price - Weighting: 0

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

Start date

9 September 2024

End date

8 September 2029

This contract is subject to renewal

Yes

Description of renewals

The Framework will commence on 9th September 2024 and is anticipated to continue until 8th September 2029. The Framework has provision for extension in such period or periods as the Council deems appropriate up to a maximum period of three (3) years to 8th September 2032.

In the event the Framework is extended, the extension shall be on the same Terms and Conditions as applied during the initial term of the Framework.

Call-Off Contracts awarded pursuant to the Framework may continue beyond the expiration or earlier termination of the Framework.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Award Criteria for award of any Call-Off Contract in this Lot is 100% Quality as set out in Section 62 and 65 of the ITT Procurement Pack.

The Tender Documents are available by searching for opportunity IA2613 Supported Living Services in Staffordshire on https://supplierlive.proactisp2p.com/Account/Login

two.2) Description

two.2.1) Title

Supported Living Services for Individuals with a primary need of Learning Disability and/or Autism in Southeast Staffordshire

Lot No

3A

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKG24 - Staffordshire CC
Main site or place of performance

Staffordshire

two.2.4) Description of the procurement

Lot 3A. Supported Living Services for Individuals with a primary need of Learning Disability and/or Autism in Southeast Staffordshire within administrative boundaries of Lichfield District Council, East Staffordshire Borough Council and Tamworth Borough Council.

Estimated Total Agreement value for Lot 3A is £22,298,570.00

To be appointed to Lot 3A of the Framework, Providers must:

•"Pass" all of the Pass/Fail questions in the ITT Questionnaire; and

•Achieve a total quality score of at least fifty percent (50%) for Lot 3A.

There is no restriction on the number of Providers to be appointed to each Lot. Providers shall be aware that if they express an interest in more than one Lot, their successful appointment to one Lot will not automatically result in their appointment to the other Lots for which they expressed an interest. Each Lot will be evaluated separately using the criteria as set out in the ITT Procurement Pack.

Providers are required to express their interest using the table in the ITT Questionnaire to identify the Lots that they wish to be considered for.

two.2.5) Award criteria

Quality criterion - Name: Experience / Weighting: 5%

Quality criterion - Name: Experience Case Study 1 / Weighting: 5%

Quality criterion - Name: Experience Case Study 2 / Weighting: 5%

Quality criterion - Name: Co-Production / Weighting: 15%

Quality criterion - Name: Staff skills and competencies / Weighting: 15%

Quality criterion - Name: Strengths based working / Weighting: 15%

Quality criterion - Name: Outcomes / Weighting: 15%

Quality criterion - Name: Quality / Weighting: 15%

Quality criterion - Name: Social Value / Weighting: 5%

Quality criterion - Name: TUPE/Mobilisation / Weighting: 5%

Price - Weighting: 0

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

Start date

9 September 2024

End date

8 September 2029

This contract is subject to renewal

Yes

Description of renewals

The Framework will commence on 9th September 2024 and is anticipated to continue until 8th September 2029. The Framework has provision for extension in such period or periods as the Council deems appropriate up to a maximum period of three (3) years to 8th September 2032.

In the event the Framework is extended, the extension shall be on the same Terms and Conditions as applied during the initial term of the Framework.

Call-Off Contracts awarded pursuant to the Framework may continue beyond the expiration or earlier termination of the Framework.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Award Criteria for award of any Call-Off Contract in this Lot is 100% Quality as set out in section 62 and 65 of the ITT Procurement Pack.

The Tender Documents are available by searching for opportunity IA2613 Supported Living Services in Staffordshire on https://supplierlive.proactisp2p.com/Account/Login

two.2) Description

two.2.1) Title

Supported Living Services for Individuals with a Physical Disability, Sensory Impairment and/or an Acquired Brain Injury in Southeast Staffordshire

Lot No

3B

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKG24 - Staffordshire CC
Main site or place of performance

Staffordshire

two.2.4) Description of the procurement

Lot 3B. Supported Living Services for Individuals with a Physical Disability, Sensory Impairment and/or an Acquired Brain Injury in Southeast Staffordshire within administrative boundaries of Lichfield District Council, East Staffordshire Borough Council and Tamworth Borough Council.

Estimated Total Agreement value for Lot 3B is £1,550,000.00

To be appointed to Lot 3B of the Framework, Providers must:

•"Pass" all of the Pass/Fail questions in the ITT Questionnaire; and

•Achieve a total quality score of at least fifty percent (50%) for Lot 3B.

There is no restriction on the number of Providers to be appointed to each Lot. Providers shall be aware that if they express an interest in more than one Lot, their successful appointment to one Lot will not automatically result in their appointment to the other Lots for which they expressed an interest. Each Lot will be evaluated separately using the criteria as set out in the ITT Procurement Pack.

Providers are required to express their interest using the table in the ITT Questionnaire to identify the Lots that they wish to be considered for.

two.2.5) Award criteria

Quality criterion - Name: Experience / Weighting: 5%

Quality criterion - Name: Experience Case Study 1 / Weighting: 5%

Quality criterion - Name: Experience Case Study 2 / Weighting: 5%

Quality criterion - Name: Co-Production / Weighting: 15%

Quality criterion - Name: Staff skills and competencies / Weighting: 15%

Quality criterion - Name: Strengths based working / Weighting: 15%

Quality criterion - Name: Outcomes / Weighting: 15%

Quality criterion - Name: Quality / Weighting: 15%

Quality criterion - Name: Social Value / Weighting: 5%

Quality criterion - Name: TUPE/Mobilisation / Weighting: 5%

Price - Weighting: 0

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

Start date

9 September 2024

End date

8 September 2029

This contract is subject to renewal

Yes

Description of renewals

The Framework will commence on 9th September 2024 and is anticipated to continue until 8th September 2029. The Framework has provision for extension in such period or periods as the Council deems appropriate up to a maximum period of three (3) years to 8th September 2032.

In the event the Framework is extended, the extension shall be on the same Terms and Conditions as applied during the initial term of the Framework.

Call-Off Contracts awarded pursuant to the Framework may continue beyond the expiration or earlier termination of the Framework.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Award Criteria for award of any Call-Off Contract in this Lot is 100% Quality as set out in section 62 and 65 of the ITT Procurement Pack.

The Tender Documents are available by searching for opportunity IA2613 Supported Living Services in Staffordshire on https://supplierlive.proactisp2p.com/Account/Login

two.2) Description

two.2.1) Title

Supported Living Services for Individuals with a primary need of Learning Disability and/or Autism in Southwest Staffordshire

Lot No

4A

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKG24 - Staffordshire CC
Main site or place of performance

Staffordshire

two.2.4) Description of the procurement

Lot 4A. Supported Living Services for Individuals with a primary need of Learning Disability & Autism in Southwest Staffordshire within the administrative boundaries of South Staffordshire District Council, Stafford Borough Council and Cannock Chase Borough Council.

Estimated Total Agreement value for Lot 4A is £87,214,056.00

To be appointed to Lot 4A of the Framework, Providers must:

•"Pass" all of the Pass/Fail questions in the ITT Questionnaire; and

• Achieve a total quality score of at least fifty percent (50%) for Lot 4A.

There is no restriction on the number of Providers to be appointed to each Lot. Providers shall be aware that if they express an interest in more than one Lot, their successful appointment to one Lot will not automatically result in their appointment to the other Lots for which they expressed an interest. Each Lot will be evaluated separately using the criteria as set out in the ITT Procurement Pack.

Providers are required to express their interest using the table in the ITT Questionnaire to identify the Lots that they wish to be considered for.

two.2.5) Award criteria

Quality criterion - Name: Experience / Weighting: 5%

Quality criterion - Name: Experience Case Study 1 / Weighting: 5%

Quality criterion - Name: Experience Case Study 2 / Weighting: 5%

Quality criterion - Name: Co-Production / Weighting: 15%

Quality criterion - Name: Staff skills and competencies / Weighting: 15%

Quality criterion - Name: Strengths based working / Weighting: 15%

Quality criterion - Name: Outcomes / Weighting: 15%

Quality criterion - Name: Quality / Weighting: 15%

Quality criterion - Name: Social Value / Weighting: 5%

Quality criterion - Name: TUPE/Mobilisation / Weighting: 5%

Price - Weighting: 0

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

Start date

9 September 2024

End date

8 September 2029

This contract is subject to renewal

Yes

Description of renewals

The Framework will commence on 9th September 2024 and is anticipated to continue until 8th September 2029. The Framework has provision for extension in such period or periods as the Council deems appropriate up to a maximum period of three (3) years to 8th September 2032.

In the event the Framework is extended, the extension shall be on the same Terms and Conditions as applied during the initial term of the Framework.

Call-Off Contracts awarded pursuant to the Framework may continue beyond the expiration or earlier termination of the Framework.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Award Criteria for award of any Call-Off Contract in this Lot is 100% Quality as set out in section 62 and 65 of the ITT Procurement Pack.

The Tender Documents are available by searching for opportunity IA2613 Supported Living Services in Staffordshire on https://supplierlive.proactisp2p.com/Account/Login

two.2) Description

two.2.1) Title

Supported Living Services for Individuals with a Physical Disability, Sensory Impairment and/or an Acquired Brain Injury in Southwest Staffordshire

Lot No

4B

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKG24 - Staffordshire CC
Main site or place of performance

Staffordshire

two.2.4) Description of the procurement

Lot 4B.Supported Living Services for Individuals with a Physical Disability, Sensory Impairment and/or an Acquired Brain Injury in Southwest Staffordshire within the administrative boundaries of South Staffordshire District Council, Stafford Borough Council and Cannock Chase Borough Council.

Estimated Total Agreement value for Lot 4B is £1,458,726.00

To be appointed to Lot 4B of the Framework, Providers must:

•"Pass" all of the Pass/Fail questions in the ITT Questionnaire; and

•Achieve a total quality score of at least fifty percent (50%) for Lot 4B.

There is no restriction on the number of Providers to be appointed to each Lot. Providers shall be aware that if they express an interest in more than one Lot, their successful appointment to one Lot will not automatically result in their appointment to the other Lots for which they expressed an interest. Each Lot will be evaluated separately using the criteria as set out in the ITT Procurement Pack.

Providers are required to express their interest using the table in the ITT Questionnaire to identify the Lots that they wish to be considered for.

two.2.5) Award criteria

Quality criterion - Name: Experience / Weighting: 5%

Quality criterion - Name: Experience Case Study 1 / Weighting: 5%

Quality criterion - Name: Experience Case Study 2 / Weighting: 5%

Quality criterion - Name: Co-Production / Weighting: 15%

Quality criterion - Name: Staff skills and competencies / Weighting: 15%

Quality criterion - Name: Strengths based working / Weighting: 15%

Quality criterion - Name: Outcomes / Weighting: 15%

Quality criterion - Name: Quality / Weighting: 15%

Quality criterion - Name: Social Value / Weighting: 5%

Quality criterion - Name: TUPE/Mobilisation / Weighting: 5%

Price - Weighting: 0

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

Start date

9 September 2024

End date

8 September 2029

This contract is subject to renewal

Yes

Description of renewals

The Framework will commence on 9th September 2024 and is anticipated to continue until 8th September 2029. The Framework has provision for extension in such period or periods as the Council deems appropriate up to a maximum period of three (3) years to 8th September 2032.

In the event the Framework is extended, the extension shall be on the same Terms and Conditions as applied during the initial term of the Framework.

Call-Off Contracts awarded pursuant to the Framework may continue beyond the expiration or earlier termination of the Framework.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Award Criteria for award of any Call-Off Contract in this Lot is 100% Quality as set out in section 62 and 65 of the ITT Procurement Pack.

The Tender Documents are available by searching for opportunity IA2613 Supported Living Services in Staffordshire on https://supplierlive.proactisp2p.com/Account/Login


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to Tender Documents and IA2613 ITT Questionnaire for further information.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

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

8 January 2024

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: 7 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

8 January 2024

Local time

1:00pm

Place

Staffordshire

Information about authorised persons and opening procedure

Attendance is limited to Council Officers


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: The Authority may exercise its flexibility to 'open' the Framework for Providers to submit Tenders to join the Framework during the Framework Term. The reopening will be at the Authority's reasonable discretion.

A new Contract Notice will be published prior to any reopening. For any reopening Tenders will be evaluated on the same basis as those submitted during the initial procurement.

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

Staffordshire County Council

Stafford

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will incorporate a voluntary minimum 10 calendar day standstill period at the point that an award decision notice is communicated to tenderers.

The award decision process will specify the criteria for the award of the framework agreement, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender(s), and will specify when the

standstill period is expected to end or the date before which

the Contracting Authority will not conclude the contract. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). The Court may order the setting aside of the award decision or may order the Contracting Authority to amend any document and may award damages. If an agreement has been entered into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages.

The time limit for seeking such a declaration is generally 30 days from notification of the award (either by award decision notification or contract award notice depending upon the circumstances) or otherwise 6 months.