Section one: Contracting authority
one.1) Name and addresses
Monmouthshire County Council
County Hall, Rhadyr
Usk
NP15 1GA
Socialcare.Procurement@cardiff.gov.uk
Country
United Kingdom
NUTS code
UKL21 - Monmouthshire and Newport
Internet address(es)
Main address
http://www.monmouthshire.gov.uk
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0277
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Other activity
Domiciliary Care
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
South Monmouthshire Domiciliary Care and Support – Block Contracts
two.1.2) Main CPV code
- 85300000 - Social work and related services
two.1.3) Type of contract
Services
two.1.4) Short description
Long term care and support in the South of Monmouthshire to include the provision of personal care for older people, people with disabilities and mental health needs and people with dementia. The tender will comprise of three block contracts, which will be the primary mechanism for the delivery of long-term domiciliary care and support in the South of the county. Following the procurement process, a single designated Care Provider will deliver all Block Contract domiciliary care and support services in their respective Lot area. Care and support will be delivered in a way which seeks to focus the service on the quality of the intervention and the benefit it achieves, and not just on time and task. Promoting independence and reducing unnecessary dependence on services through an enabling and strengths-based approach, signpost people to access the resources available in our communities.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Chepstow Town and Rural
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 85310000 - Social work services
two.2.3) Place of performance
NUTS codes
- UKL21 - Monmouthshire and Newport
two.2.4) Description of the procurement
To respond to the current challenges within the domiciliary care sector in South Monmouthshire we need to manage and deliver domiciliary care in a way that ensures both current and predicted demand for the service can be met.
We aim to ensure:
The provision of sustainable high quality domiciliary care to those with an assessed need within Monmouthshire.
Increased capacity and resilience within the domiciliary care sector both now and into the future.
Improved outcomes for individuals who need or may need care in the future, through targeted reablement and best use of capacity.
Maximization of the cost effectiveness of the care.
Improved and standardised terms and conditions for the independent sector domiciliary care workforce supporting with stability of workforce within providers.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The contract will be awarded for a fixed term of 4 years with the option to extend for a further 2 years, plus the option to extend for a further 2 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
Caldicot Town
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 85310000 - Social work services
two.2.3) Place of performance
NUTS codes
- UKL21 - Monmouthshire and Newport
two.2.4) Description of the procurement
To respond to the current challenges within the domiciliary care sector in South Monmouthshire we need to manage and deliver domiciliary care in a way that ensures both current and predicted demand for the service can be met.
We aim to ensure:
The provision of sustainable high quality domiciliary care to those with an assessed need within Monmouthshire.
Increased capacity and resilience within the domiciliary care sector both now and into the future.
Improved outcomes for individuals who need or may need care in the future, through targeted reablement and best use of capacity.
Maximization of the cost effectiveness of the care.
Improved and standardised terms and conditions for the independent sector domiciliary care workforce supporting with stability of workforce within providers.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The contract will be awarded for a fixed term of 4 years with the option to extend for a further 2 years, plus the option to extend for a further 2 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
The Levels and Rural
Lot No
3
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 85310000 - Social work services
two.2.3) Place of performance
NUTS codes
- UKL21 - Monmouthshire and Newport
two.2.4) Description of the procurement
To respond to the current challenges within the domiciliary care sector in South Monmouthshire we need to manage and deliver domiciliary care in a way that ensures both current and predicted demand for the service can be met.
We aim to ensure:
The provision of sustainable high quality domiciliary care to those with an assessed need within Monmouthshire.
Increased capacity and resilience within the domiciliary care sector both now and into the future.
Improved outcomes for individuals who need or may need care in the future, through targeted reablement and best use of capacity.
Maximization of the cost effectiveness of the care.
Improved and standardised terms and conditions for the independent sector domiciliary care workforce supporting with stability of workforce within providers.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The contract will be awarded for a fixed term of 4 years with the option to extend for a further 2 years, plus the option to extend for a further 2 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
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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-019945
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 December 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
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
9 December 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
The Social Partnership and Public Procurement (Wales) Act 2023 places a socially responsible procurement duty on all Welsh councils to seek to improve the economic, social, environmental, and cultural well-being of their area by carrying out public procurement in a socially responsible way. The aim is to maximise the positive outcomes and wellbeing of local people; influence local service provision; and add value and focus to what matters to people in a way that exceeds exclusively monetary value. This is about:
enhancing health and wellbeing;
building safer communities;
maximising opportunities for fulfilling potential;
improving the physical environment; and
supporting local economies.
Describe what your organisation will bring to the contract that is outside of the scope of the service specification which will deliver added Community Wellbeing Benefits to the service. This should only relate to value added to the delivery of this contract and should not refer to other services delivered or funded from elsewhere.
(WA Ref:145290)
The buyer considers that this contract is suitable for consortia.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom