Social and other specific services – public contracts
Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Caerphilly County Borough Council
Penallta House, Tredomen Park, Ystrad Mynach
Hengoed
CF82 7PG
UK
Telephone: +44 1443863161
E-mail: sellwhl@caerphilly.gov.uk
Fax: +44 1443863167
NUTS: UKL16
Internet address(es)
Main address: https://www.caerphilly.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0272
I.1) Name and addresses
Blaenau Gwent County Borough Council
General Offices, Steelworks Road
Ebbw Vale
NP23 6AA
UK
Telephone: +44 1495311556
E-mail: commissioningteam@blaenau-gwent.gov.uk
NUTS: UKL16
Internet address(es)
Main address: http://www.blaenau-gwent.gov.uk/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0278
I.2) Joint procurement
The contract involves joint procurement
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplierlive.proactisp2p.com/Account/Login
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://supplierlive.proactisp2p.com/Account/Login
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Support at Home Tender
Reference number: CCBC/PS2280/22/HS
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Caerphilly County Borough Council has the requirement to re open an existing flexible framework arrangement for the provision of Support at Home.
Please note that this Contract Notice is to inform the market of the tendering opportunity to join the flexible framework for new Service Providers or for existing Service Providers wishing to apply for additional lots to which they are currently awarded to.
The arrangement is a collaborative arrangement with Blaenau Gwent CBC.
The Support at Home arrangement is to deliver Domiciliary Care and Respite at Home for Adults and Children.
The framework is divided into lots, providers can tender for one or more lots.
The Service will support the needs of the following people
Children and Young People (under the age of 18)
Older People
People with Dementia
People with a Learning Disability
People with a Physical and/or Sensory Impairment, including Acquired Brain Injury
People with a Mental Health problem
People with a substance misuse problem
The Service is to be provided within the Individual’s own home, this could mean a home they own, social landlord tenancy, private landlord tenancy, extra care or supported living tenancy.
There can be no guarantee to the amount of work awarded under this framework
It should be noted that the re opening of the arrangement at this time is for lots 1 - Caerphilly Adults, lot 3 Caerphilly Children and lot 4 Blaenau Gwent - Children.
Full details can be found in the ITT
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Caerphilly Provision Support at Home for Adults
II.2.2) Additional CPV code(s)
85000000
85300000
85100000
85140000
85310000
85320000
98000000
II.2.3) Place of performance
NUTS code:
UKL16
Main site or place of performance:
within the boundaries of Caerphilly CBC
II.2.4) Description of the procurement
To provide a Support at Home Service (Domiciliary Care and Respite at home Service) for Adult Services for Caerphilly CBC.
All providers that meet the requirements of the award criteria under this lot shall be awarded to the framework. There is no limit to the number of providers to be awarded under this lot.
The Commissioner reserves the right to increase the maximum number of Service Providers per lot if capacity issues are experienced during the period of the framework. This process shall be run in line with refresh periods. Full Details can be found in the ITT
II.2.6) Estimated value
Value excluding VAT:
63 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The duration in months is the remaining months of this arrangement including any extension periods. The estimated spend is based the current annual estimated spend for the duration of the arrangement including extensions. There can be no guarantee to any call offs under this arrangement.
Lot No: 3
II.2.1) Title
Caerphilly Provision of Support at Home for Children
II.2.2) Additional CPV code(s)
85000000
85100000
85140000
85310000
85300000
98000000
85320000
II.2.3) Place of performance
NUTS code:
UKL16
Main site or place of performance:
within the boundaries of Caerphilly
II.2.4) Description of the procurement
To provide a Support at Home Service (Domiciliary Care and Respite at home Service) for Childcren Services for Caerphilly CBC.
All providers that meet the requirements of the award criteria under this lot shall be awarded to the framework. There is no limit to the number of providers awarded under this lot.
The Commissioner reserves the right to increase the maximum number of Service Provider providers per lot if capacity issues are experienced during the period of the framework. This process shall be run in line with refresh periods. Full Details can be found in the ITT
II.2.6) Estimated value
Value excluding VAT:
357 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The duration in months is the remaining months of this arrangement including any extension periods. The estimated spend is based the current annual estimated spend for the duration of the arrangement including extensions. There can be no guarantee to any call offs under this arrangement.
Lot No: 4
II.2.1) Title
Blaenau Gwent Provision Support at Home for Children
II.2.2) Additional CPV code(s)
85000000
85300000
85100000
85140000
85310000
85320000
98000000
II.2.3) Place of performance
NUTS code:
UKL16
Main site or place of performance:
Within the boundaries of Blaenau Gwent CBC
II.2.4) Description of the procurement
To provide a Support at Home Service (Domiciliary Care and Respite at home Service) for Children Services for Blaenau Gwent CBC.
All providers that meet the requirements of the award criteria under this lot shall be awarded to the framework, initially there is no limit to the number of providers awarded under this lot.
The Commissioner reserves the right to increase the maximum number of Service Providers per lot if capacity issues are experienced during the period of the framework. This process shall be run in line with refresh periods. Full Details can be found in the ITT
II.2.6) Estimated value
Value excluding VAT:
427 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The duration in months is the remaining months of this arrangement including any extension periods. The estimated spend is based the current annual estimated spend for the duration of the arrangement including extensions. There can be no guarantee to any call offs under this arrangement.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.4) Objective rules and criteria for participation
This framework is for all new Individual Service Contracts (ISC) from 01 September 2022.
The Commissioner shall reserve the right to undertake a review of any ISC and such packages shall be re-brokered in line with the
Commissioners process under this framework.
Providers currently not awarded to the framework must apply and successfully be placed on to the framework to retain any exiting
packages of care.
All call-offs of ISC's shall be undertaken in line with the criteria of the tender documentation with the providers awarded to the framework.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.11) Main features of the award procedure:
Award Criteria - The procurement process shall follow a two-stage, Open Procedure, Stage One – Selection Stage, Stage Two – Award Stage
Tenderers are required to comply with all the mandatory questions and pass all pass / fail questions to proceed to Stage Two – Award Stage.
Stage Two - Award Stage - this will be evaluated using MEAT criterion, structured as Price 30% / Quality 70%. Quality shall consist of tender response 30%, presentation 15% and Interview 25%
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2019/S 103-250345
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
15/07/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Within Stage One - Selection Stage - Service Providers applying to join the framework, shall have their financial stability assessed by
utilising Dunn & Bradstreet (D&B). Service Providers with a Risk Indicator Score of 4 - Significant level of risk, shall not be excluded from the process, but shall be given the option to provide a statement to explain why the company has such a rating and they shall need to reassure the Commissioner that they have suitable assurances in place to fulfil any contracts, in the form of a bank bond or financial guarantee from a parent company or other source.
The successful Service Providers must be in a position to commence work under the Framework from 01 September 2022. The remaining
framework period is two (2) years from 01 October 2022. The Council may wish to extend the Agreement for a further period up to five
(5) years. This extension can take the form of either one extension for the whole five (5) years or several shorter extensions up to a
cumulative maximum total of five (5) years.
Service Providers are requested to submit a cost based on an hourly rate for the lot(s) they wish to submit a tender response for, which must include travel time. The hourly floor rate for this service is 14.50 GBP.
It is a condition of the Framework that Service Providers must have an Electronic Call Monitoring (ECM) system in place and fully
functioning within three (3) months of being awarded to the framework.
The Commissioner shall reserve the right not to award a contract to a Service Provider if they submit costs that are not economically
sustainable for the Commissioner.
New Service Providers shall be permitted to apply to join the framework at set times/intervals as advertised by the Commissioner, on a twelve (12) month basis. This period may be shortened or extended, during the validity period of the opportunity, for example at times
where there is poor capacity within the marketplace. A further Contract Notice shall be issued via sell2wales to inform the market of the opportunity via the link https://www.sell2wales.gov.wales
Full details can be found in the ITT
To register an interest in this notice you must register on the e-tendering system Proactis Plaza.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=122158.
(WA Ref:122158)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
17/06/2022