Section one: Contracting authority
one.1) Name and addresses
DERBY CITY COUNCIL
Corporation Street
Derby
DE1 2FS
Contact
Paul Hallsworth
Telephone
+44 1332640768
Country
United Kingdom
Region code
UKF11 - Derby
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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 Open Framework for the Provision of Supported Living Services
Reference number
TD2205
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Derby City Council seeks to create a Flexible Open Framework for the provision of Supported Living Services under the Light Touch Regime of the Contract Regulations 2015, for adults and young people aged 16+ with eligible assessed needs within their own accommodation. This Framework will replace the current Derby City Support and Accommodation Dynamic Purchasing System (DPS).
Bidders may apply for one or more of the following Lots:
• Lot 1- Low Needs
• Lot 2 - Medium Needs
• Lot 3 - High Needs
There will be no minimum or maximum number of Service Providers that may be successful in each Lot, and no limit on the number of Lots Bidders can be successful in.
The Council reserves the right to open a Lot or Lots and run an open competitive tendering process to replace existing Framework Service Provider due to failure/poor performance/material breaches etc.
There will also be the option of opening up a Lot or Lots to add additional Service Providers where there are capacity issues or a lack of service provision in a specialism, support model or service model within that Lot.
The Council reserves the right to add a Lot or Lots for additional service requirements and run an open competitive tendering process to award Bidders onto the Lot/s.
Bidders may submit bids for additional lot(s) throughout the life of the Framework as and when the Framework is reopened.
Bidders must have the appropriate registration with the health and social care regulator for England, the Care Quality Commission (CQC) for the delivery of the regulated activity of personal care to apply.
Service Providers will be required to demonstrate competence to deliver the Service to Customers on an individual basis based on their social care assessed needs and preferences, including demonstration of skills and experience required.
Bidders, submitting responses that include Service Models for accommodation (Settings) under any LOT, will be required to registered with Decent and Safe Homes (DASH) Derby City Council Accreditation Scheme (DASH) and subsequently accredited, prior to delivering any Support within this Framework. Those Service Providers with existing Customers in Settings via the current DPS must commit to this requirement to be successful and agree to having their Current Settings accredited within 12 months of the commencement of the Framework.
Settings may be located within the Derby City area, which is defined as within Derby City or a 10 mile radius of Derby City boundaries.
To Clarify, only Bidders submitting responses to delivery the 'Outreach' Service Model under any LOT will not be required to meet the DASH accreditation standard.
Bidders will be grouped into Service categories according to their Service Models at each Setting (if applicable) and Customer specialisms indicated in their submission for each Lot.
Partner organisations such as Derbyshire County Council, Nottingham City Council and Nottinghamshire County Council (referred to as D2N2), Integrated Care Board (ICB) and NHS organisations within the D2N2 area and Derby Homes may access the Framework and use the 'Call Off' arrangements, under their own individual terms and conditions.
two.1.5) Estimated total value
Value excluding VAT: £158,505,600
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
• Lot 1- Low Needs
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
two.2.4) Description of the procurement
Derby City Council seeks to create a Flexible Open Framework for the provision of Supported Living Services under the Light Touch Regime of the Contract Regulations 2015, for adults and young people aged 16+ with eligible assessed needs within their own accommodation. This Framework will replace the current Derby City Support and Accommodation Dynamic Purchasing System (DPS).
Bidders must have the appropriate registration with the health and social care regulator for England, the Care Quality Commission (CQC) for the delivery of the regulated activity of personal care to apply.
Service Providers will be required to demonstrate competence to deliver the Service to Customers on an individual basis based on their social care assessed needs and preferences, including demonstration of skills and experience required.
Bidders, submitting responses that include Service Models for accommodation (Settings) under any LOT, will be required to registered with Decent and Safe Homes (DASH) Derby City Council Accreditation Scheme (DASH) and subsequently accredited, prior to delivering any Support within this Framework. Those Service Providers with existing Customers in Settings via the current DPS must commit to this requirement to be successful and agree to having their Current Settings accredited within 12 months of the commencement of the Framework.
Settings may be located within the Derby City area, which is defined as within Derby City or a 10 mile radius of Derby City boundaries.
To Clarify, only Bidders submitting responses to delivery the 'Outreach' Service Model under any LOT will not be required to meet the DASH accreditation standard.
Bidders will be grouped into Service categories according to their Service Models at each Setting (if applicable) and Customer specialisms indicated in their submission for each Lot.
Partner organisations such as Derbyshire County Council, Nottingham City Council and Nottinghamshire County Council (referred to as D2N2), Integrated Care Board (ICB) and NHS organisations within the D2N2 area and Derby Homes may access the Framework and use the 'Call Off' arrangements, under their own individual terms and conditions.
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: £158,505,600
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2029
This contract is subject to renewal
Yes
Description of renewals
Up to 4 extensions of 12 months each. Maximum term therefore of 8 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Up to 4 extensions of 12 months each. Maximum term therefore of 8 years.
two.2) Description
two.2.1) Title
Lot 2 - Medium Needs
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
two.2.4) Description of the procurement
Derby City Council seeks to create a Flexible Open Framework for the provision of Supported Living Services under the Light Touch Regime of the Contract Regulations 2015, for adults and young people aged 16+ with eligible assessed needs within their own accommodation. This Framework will replace the current Derby City Support and Accommodation Dynamic Purchasing System (DPS).
Bidders must have the appropriate registration with the health and social care regulator for England, the Care Quality Commission (CQC) for the delivery of the regulated activity of personal care to apply.
Service Providers will be required to demonstrate competence to deliver the Service to Customers on an individual basis based on their social care assessed needs and preferences, including demonstration of skills and experience required.
Bidders, submitting responses that include Service Models for accommodation (Settings) under any LOT, will be required to registered with Decent and Safe Homes (DASH) Derby City Council Accreditation Scheme (DASH) and subsequently accredited, prior to delivering any Support within this Framework. Those Service Providers with existing Customers in Settings via the current DPS must commit to this requirement to be successful and agree to having their Current Settings accredited within 12 months of the commencement of the Framework.
Settings may be located within the Derby City area, which is defined as within Derby City or a 10 mile radius of Derby City boundaries.
To Clarify, only Bidders submitting responses to delivery the 'Outreach' Service Model under any LOT will not be required to meet the DASH accreditation standard.
Bidders will be grouped into Service categories according to their Service Models at each Setting (if applicable) and Customer specialisms indicated in their submission for each Lot.
Partner organisations such as Derbyshire County Council, Nottingham City Council and Nottinghamshire County Council (referred to as D2N2), Integrated Care Board (ICB) and NHS organisations within the D2N2 area and Derby Homes may access the Framework and use the 'Call Off' arrangements, under their own individual terms and conditions.
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: £158,505,600
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2029
This contract is subject to renewal
Yes
Description of renewals
Up to 4 extensions of 12 months each. Maximum term therefore of 8 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Up to 4 extensions of 12 months each. Maximum term therefore of 8 years.
two.2) Description
two.2.1) Title
Lot 3 - High Needs
Lot No
3
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
two.2.4) Description of the procurement
Derby City Council seeks to create a Flexible Open Framework for the provision of Supported Living Services under the Light Touch Regime of the Contract Regulations 2015, for adults and young people aged 16+ with eligible assessed needs within their own accommodation. This Framework will replace the current Derby City Support and Accommodation Dynamic Purchasing System (DPS).
Bidders must have the appropriate registration with the health and social care regulator for England, the Care Quality Commission (CQC) for the delivery of the regulated activity of personal care to apply.
Service Providers will be required to demonstrate competence to deliver the Service to Customers on an individual basis based on their social care assessed needs and preferences, including demonstration of skills and experience required.
Bidders, submitting responses that include Service Models for accommodation (Settings) under any LOT, will be required to registered with Decent and Safe Homes (DASH) Derby City Council Accreditation Scheme (DASH) and subsequently accredited, prior to delivering any Support within this Framework. Those Service Providers with existing Customers in Settings via the current DPS must commit to this requirement to be successful and agree to having their Current Settings accredited within 12 months of the commencement of the Framework.
Settings may be located within the Derby City area, which is defined as within Derby City or a 10 mile radius of Derby City boundaries.
To Clarify, only Bidders submitting responses to delivery the 'Outreach' Service Model under any LOT will not be required to meet the DASH accreditation standard.
Bidders will be grouped into Service categories according to their Service Models at each Setting (if applicable) and Customer specialisms indicated in their submission for each Lot.
Partner organisations such as Derbyshire County Council, Nottingham City Council and Nottinghamshire County Council (referred to as D2N2), Integrated Care Board (ICB) and NHS organisations within the D2N2 area and Derby Homes may access the Framework and use the 'Call Off' arrangements, under their own individual terms and conditions.
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: £158,505,600
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2029
This contract is subject to renewal
Yes
Description of renewals
Up to 4 extensions of 12 months each. Maximum term therefore of 8 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Up to 4 extensions of 12 months each. Maximum term therefore of 8 years.
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
Information and formalities necessary for evaluating if requirements are met:
Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where
he has entered into an arrangement with creditors, where he has suspended business activities or is
in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding
up the administration by the court or of an arrangement with creditors or of any other similar
proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the
legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract
authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in
accordance with the legal provisions of the country in which he is established or with those of the
country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal
provisions of the country in which he is established or with those of the country of the contracting
authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section
or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in
Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of
26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention
relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in
Article 1 of Council
Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the
purpose of money laundering.
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.1.3) 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:
Use of Light Touch Regime of the Contract Regulations 2015.
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
29 January 2025
Local time
11:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
30 January 2025
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Partner organisations such as Derbyshire County Council, Nottingham City Council and Nottinghamshire County Council (referred to as D2N2), Integrated Care Board (ICB) and NHS organisations within the D2N2 area and Derby Homes may access the Framework and use the 'Call Off' arrangements, under their own individual terms and conditions.
There will be no minimum or maximum number of Service Providers that may be successful in each Lot, and no limit on the number of Lots Bidders can be successful in.
The Council reserves the right to open a Lot or Lots and run an open competitive tendering process to replace existing Framework Service Provider due to failure/poor performance/material breaches etc.
There will also be the option of opening up a Lot or Lots to add additional Service Providers where there are capacity issues or a lack of service provision in a specialism, support model or service model within that Lot.
The Council reserves the right to add a Lot or Lots for additional service requirements and run an open competitive tendering process to award Bidders onto the Lot/s.
Bidders may submit bids for additional lot(s) throughout the life of the Framework as and when the Framework is reopened.
The duration of the framework will be fixed 4 years with options to extend annually up to the maximum period of 8 years.
Under this procurement the supplier is required to participate actively in the economic and social regeneration of the locality of and surrounding the area served by Derby City Council. Accordingly contract performance conditions may relate in particular to social and environmental considerations.
Please note Bidders wishing to express interest and obtain the documentation must do so by 11.30pm Thursday 29th January 2025. It is recommended that you express interest and obtain the documentation well before this time to allow sufficient time to prepare and submit a bid.
The deadline for returns is 10.00am Friday 30th January 2025
six.4) Procedures for review
six.4.1) Review body
Derby City Council
Derby
DE1 2FS
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Derby City Council will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into.
Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be required from the contact details provided in section 1.1 of this notice.
If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (Si 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by 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).
Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages. [The purpose of the standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into].