Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Solihull Metropolitan Borough Council
The Council House. Manor Square
Solihull
B91 3QB
UK
Contact person: Corporate Procurement Service (Alastair Jewson)
E-mail: procteam@solihull.gov.uk
NUTS: UKG32
Internet address(es)
Main address: www.solihull.gov.uk
Address of the buyer profile: http://www.csw-jets.co.uk/
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
SOL-Money Management (Appointee and Deputy) Services 2024
Reference number: SOL - 18477
II.1.2) Main CPV code
66000000
II.1.3) Type of contract
Services
II.1.4) Short description
Solihull Council in meeting various responsibilities under the Care Act 2014 and the Mental Capacity Act 2005, seeks to support residents to access ‘money management support’ where the people lack capacity to manage their own financial affairs. These are predominantly adults with learning disabilities or who are living with dementia or physical/sensory disabilities and mental health issues and who are known to social care teams. The Council wants to commission a Money Management Service that covers the provision of appointee and Property and Affairs deputy for people ("Clients") without suitable family or friends to provide such support to ensure that their financial matters are maintained and protected to improve their health and wellbeing and promote independence. This will include people living in their own homes, which could be a shared ownership property, rented accommodation, a supported living setting or registered residential care. The contract term is anticipated to ru
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
627 680.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
79100000
85000000
66000000
79112000
II.2.3) Place of performance
NUTS code:
UKG32
Main site or place of performance:
Solihull.
II.2.4) Description of the procurement
Solihull Council in meeting various responsibilities under the Care Act 2014 and the Mental Capacity Act 2005, seeks to support residents to access ‘money management support’ where the people lack capacity to manage their own financial affairs. These are predominantly adults with learning disabilities or who are living with dementia or physical/sensory disabilities and mental health issues and who are known to social care teams. The Council wants to commission a Money Management Service that covers the provision of appointee and Property and Affairs deputy for people ("Clients") without suitable family or friends to provide such support to ensure that their financial matters are maintained and protected to improve their health and wellbeing and promote independence. This will include people living in their own homes, which could be a shared ownership property, rented accommodation, a supported living setting or registered residential care. The contract term is anticipated to run for 3 years from 1 July 2024 to 30 June 2027, with an option to extend for up to 4 years (potentially to 30 June 2031). The total contract value is approximately £627,680 (subject to demand). Appointee fees will be fixed and are determined by the Council; therefore, evaluation will be based on criteria which will be 95% Quality, and 5% Social Value. Tenderers are required to have a minimum annual turnover of £189,040 which is calculated on the basis of up to two times the anticipated annual value of the contract (Year 1) and the level of associated risk. Schedule 3 services are not subject to the full regime of PCR 2015 but are instead governed by the Light-Touch Regime (LTR) Regulations 74 to 77 of the Public Contract Regulations (PCR) 2015. Neither the inclusion of a bidder selection stage, nor the use of any language or terms found in the PRC 2015, nor the description of the procedure voluntarily adopted by the Contracting Authorities ('Open', 'Restricted', etc., or any other description), nor any other indication, shall be taken to mean that the Contracting Authorities intends to hold itself bound by PCR 2015, save by the provisions applicable to services coming within the scope of Schedule 3 of PCR 2015. The Contracting Authority will run a transparent tender process, treating all bidders equally and will follow the basic principles of the procedures to test the capacity, capability, technical and financial competence of bidders. The Council reserves the right to not use or to modify the standard standstill period.
II.2.5) Award criteria
Quality criterion: Outcomes 19% /Compliance 18% /Risk Management 17% /Quality Assurance 16% /Mobilisation 11% /Service Overview 9% /Environmental Sustainability 5% /Social Value - 5%.
/ Weighting: 100%
Cost criterion: Fixed prices - not evaluated
/ Weighting: 0%
II.2.11) Information about options
Options:
No
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
Tenderers are required to have a minimum annual turnover of £189,040 which is calculated on the basis of up to two times the anticipated annual value of the contract (Year 1) and the level of associated risk. Please refer to tender documents.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-007664
Section V: Award of contract
Lot No: 1
Contract No: SOL - 18477
Title: SOL - Money Management (Appointee and Deputy Services) 2024
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
19/07/2024
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Warwickshire Independent Advocacy Alliance
03942462
4-6 Clemens Street
Leamington Spa
CV31 2DL
UK
NUTS: UKG33
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 627 680.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Solihull Metropolitan Borough Council
solihull Metropolitan Borough Council, Council House, Manor Square
Solihull
B91 3QB
UK
E-mail: procteam@solihull.gov.uk
Internet address(es)
URL: https://www.solihull.gov.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
19/07/2024