Tender

DPS for the Provision of Domiciliary Care

  • Torfaen County Borough Council

F02: Contract notice

Notice identifier: 2023/S 000-034104

Procurement identifier (OCID): ocds-h6vhtk-041ad9

Published 17 November 2023, 1:46pm



Section one: Contracting authority

one.1) Name and addresses

Torfaen County Borough Council

Civic Centre, Pontypool

Torfaen

NP4 6YB

Contact

Richard Williams

Email

richard.williams@torfaen.gov.uk

Telephone

+44 1495742985

Country

United Kingdom

NUTS code

UKL16 - Gwent Valleys

Internet address(es)

Main address

https://www.torfaen.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0498

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

DPS for the Provision of Domiciliary Care

Reference number

T.4538

two.1.2) Main CPV code

  • 98513310 - Home-help services

two.1.3) Type of contract

Services

two.1.4) Short description

Creation of a Dynamic Purchasing System for the Provision of Domiciliary Care

The services concerned fall under Schedule 3 of the Public Contracts Regulations 2015 (“the Regulations”) and accordingly are subject to the so called ‘Light Touch Regime’ which means that when procuring these Services the Council should comply with the mandatory requirements set out in the Light Touch Regime (Regulations 74-77). Under Regulation 76, the council is free to establish a procedure, provided that, the procedure is sufficient to ensure compliance with the principles of transparency and equal treatment of economic operators (suppliers). Regulation 34 of the Public Contracts Regulation 2015 expressly provides that contracting authorities may use a dynamic purchasing system for commonly used purchases the characteristics of which are generally available on the market, and meet their requirements and for this reason the model proposed, is a Dynamic Purchasing System.

The Council reserves:-

1. the right to withdraw this contract notice and opportunity advertised at any time

2. the right to award all, part or none of the business forming the subject matter of this procurement and to abandon, halt, postpone this procurement at any time.

All economic operators (potential suppliers), who wish to take part in this procurement do so at their own expense and risk.

Under no circumstances will the Council incur any liability (including, but not limited to, liability as to costs) in respect of this procurement exercise, the abandonment of the same, or any documentation issued as part of this procurement exercise

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85300000 - Social work and related services
  • 85310000 - Social work services

two.2.3) Place of performance

NUTS codes
  • UKL16 - Gwent Valleys

two.2.4) Description of the procurement

Provision of Domiciliary Care by means of a Dynamic Purchasing System for a period of least four years.

The Dynamic Purchasing System has not been broken down into specific lots because each package of care required will be brokered via the Dynamic Purchasing System.

The services concerned fall under Schedule 3 of the Public Contracts Regulations 2015 (“the Regulations”) and accordingly are subject to the so called ‘Light Touch Regime’ which means that when procuring these Services the Council should comply with the mandatory requirements set out in the Light Touch Regime (Regulations 74-77). Under Regulation 76, the council is free to establish a procedure, provided that, the procedure is sufficient to ensure compliance with the principles of transparency and equal treatment of economic operators (suppliers). Regulation 34 of the Public Contracts Regulation 2015 expressly provides that contracting authorities may use a dynamic purchasing system for commonly used purchases the characteristics of which are generally available on the market, and meet their requirements and for this reason the model proposed, is a Dynamic Purchasing System.

The Council reserves:-

1. the right to withdraw this contract notice and opportunity advertised at any time

2. the right to award all, part or none of the business forming the subject matter of this procurement and to abandon, halt, postpone this procurement at any time.

All economic operators (potential suppliers), who wish to take part in this procurement do so at their own expense and risk.

Under no circumstances will the Council incur any liability (including, but not limited to, liability as to costs) in respect of this procurement exercise, the abandonment of the same, or any documentation issued as part of this procurement exercise

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

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

List and brief description of conditions

Torfaen CBC is commissioning a Dynamic Purchasing System for domiciliary care providers which will be used to deliver personal care to all service user groups within the boundaries of Torfaen County Borough Council. The System will consider two factors in determining which Provider is awarded a package of care. These factors are the quality of care that has been delivered to existing service users and the price submitted by the Provider Organisations.

The New Contract

Providers who are accepted onto the new Dynamic Purchasing System will need to sign a new Agreement which is attached separately

What is the Purchaser paying for?

A Domiciliary Care Service

three.1.2) Economic and financial standing

List and brief description of selection criteria

As stated in the Dynamic Purchasing Documentation

three.1.3) Technical and professional ability

List and brief description of selection criteria

As stated in the Dynamic Purchasing Documentation


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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.2.1) Previous publication concerning this procedure

Notice number: 2019/S 185-450719

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

Date

18 December 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

16 November 2027

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


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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 Dynamic Purchasing System will have a limit of 1500 actual weekly hours of care commissioned to each Provider organization. If the actual level of hours delivered exceeds 1500 hours in any given week the Provider will not be offered any new business until the number of hours delivered is less than 1500 hours per week in any given week.

The Council reserves the right to refer packages of care to Providers who deliver in excess of 1500 actual hours of care per week if the Council is not able to commission a package of care from any other Provider who is registered on the Dynamic Purchasing System

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=136560.

(WA Ref:136560)

six.4) Procedures for review

six.4.1) Review body

The High Court

Royal Courts Of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom