Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Norfolk County Council
County Hall, Martineau Lane
Norwich
NR1 1DH
UK
Contact person: Annie Southgate
E-mail: sourcingteam@norfolk.gov.uk
NUTS: UKH15
Internet address(es)
Main address: www.norfolk.gov.uk
Address of the buyer profile: https://in-tendhost.co.uk/norfolkcc/aspx/Home
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/norfolkcc/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/norfolkcc/aspx/Home
Tenders or requests to participate must be sent to the abovementioned address
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
Adults Mental Health Lot 3 - Framework Agreement for Supported Living in Norfolk
Reference number: NCCT41317.3 OPEN
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Norfolk County Council has established a multi supplier framework agreement for the provision of supported living accommodation and support. This application is for LOT 3 – Mental Health and is for providers to support people with complex and enduring mental health. Successful Providers for Lot 3 will provide supported living care and support packages for individuals to enable them to live in the community with support. Norfolk County Council envisages developing different types of housing-based provision for adults with mental health problems. In some schemes the nature of support will be oversight, practical and emotional support. Other schemes may require the provision of personal care and for such sche
II.1.5) Estimated total value
Value excluding VAT:
200 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85000000
85300000
II.2.3) Place of performance
NUTS code:
UKH17
UKH16
UKH15
Main site or place of performance:
II.2.4) Description of the procurement
This application is for LOT 3 – Mental Health and is for providers to support people with complex and enduring mental health. This Framework for Mental Health Supported Living is part of a wider piece of work for commissioners with our market and partners to establish clearer recovery pathways and options for people with serious mental health problems. We want to support more people to live independently.As part of the work we wish to collaborate with providers to ensure that there is an improved approach to assuring quality in mental health supported living services.Currently we do not have sufficient information about what represents fair and cost-effective pricing for our mental health supported living provision. We wish to work with providers and the market to establish prices which will enable the provision of effective and good quality care, but which will also be sustainable for the commissioners and providers. We are asking applicants to this Framework to give us prospective prices but will work with Framework providers to introduce consistent pricing for mental health supported living.The intention is also to look to transition our existing supported living provision to the framework Successful Providers for Lot 3 will provide supported living care and support packages for individuals to enable them to live in the community with support. Norfolk County Council envisages developing different types of housing-based provision for adults with mental health problems. In some schemes the nature of support will be oversight, practical and emotional support. Other schemes may require the provision of personal care and for such schemes the provider may need to may need to register that scheme with CQC.We reserve the right to update the Framework Agreement and all schedules or to add new lots where requirements have not been identified at the outset of this Framework. If we update any documents or add new lots in this way, we will issue a notice to all Providers already on the Framework stating that a new specification/lot is available and give all Providers already on the Framework an opportunity to state whether they wish to provide the new requirement.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 100
Cost criterion: Price
/ Weighting: 0
II.2.6) Estimated value
Value excluding VAT:
200 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: Yes
Description of renewals:
The duration quoted is for the initial 5-year period plus the option to extend for a further 5 years. The value quoted is an estimation
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
We reserve the right to update the framework agreement and all schedules or to add new lots where requirements have not been identified at the outset of this framework
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 100
Justification for any framework agreement duration exceeding 4 years: The Council intends to let a Light Touch Regime Framework Agreements under Regulations 74 to 77 of the Public Contract Regulations 2015 (Light Touch Regime), under which the Council has flexibility as to the processor procedure to be used when purchasing certain services of which this is one
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:
2018/S 114-259337
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
31/12/2028
Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
31/12/2028
Local time: 13:00
Place:
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
This application is open for new applications
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
We reserve the right to update the framework agreement and all schedules or to add new lots where requirements have not been identified at the outset of this framework. If we update any documents or add new lots in this way we will issue a notice to all Providers already on the framework stating that a new specification/lot is available and give all providers already on the framework an opportunity to state whether they wish to provide the new requirement. The framework is for 5 years from January 2019, with the option to extend for up to a further 5 years subject to agreement of Norfolk County Council with the service providers. The Council is subject to the Public Contracts Regulations 2015 and will be carrying out this procurement in accordance with the Light Touch Regime which applies to social services. The amount quoted is an estimate, usage will be based on need. If you would like to know more about this procurement, then please register on our etendering system (in-tend) (if you have not so already) and in the tenders section express interest in project NCCT41317.3.OPEN To register on the system go to http://in-tendhost.co.uk/norfolkcc. It is the Council's intention to keep new applications open to the framework and increase capacity in the market. The framework agreement differs from those let under the non light touch regime in that the Council, exercising its flexibility, may let the framework agreements for longer than 4 years and may periodically open the framework for new applicants and/or add new lots. The Council intends to let this framework under Regulations 74 to 77 of the Public Contract Regulations 2015 (Light Touch Regime) under which the Council has flexibility as to the process or procedure to be used when purchasing certain services of which this is one.
VI.4) Procedures for review
VI.4.1) Review body
Norfolk County Council - Head of Procurement
Norwich
UK
VI.4.2) Body responsible for mediation procedures
NP Law - Norfolk County Council
Norwich
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
02/05/2023