Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Solihull Metropolitan Borough Council
Council House, Manor Square
Solihull
B91 3QB
UK
Contact person: Corporate Procurement Service
E-mail: procteam@solihull.gov.uk
NUTS: UKG32
Internet address(es)
Main address: http://www.solihull.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://www.csw-jets.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://www.csw-jets.co.uk
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
SOL - Long Term Care at Home and Sitting Services
Reference number: SOL - 17320
II.1.2) Main CPV code
85323000
II.1.3) Type of contract
Services
II.1.4) Short description
Provision of Long Term Care at Home (Lot 1) and Sitting Services (lot 2) in the borough of Solihull
II.1.5) Estimated total value
Value excluding VAT:
159 000 000.00
GBP
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
Care at Home Services
II.2.2) Additional CPV code(s)
85000000
85320000
II.2.3) Place of performance
NUTS code:
UKG32
Main site or place of performance:
II.2.4) Description of the procurement
Lot 1 - Long Term Care at Home Long Term Care at Home (Lot 1) aim to allow people who use the service to live as independently as possible in their own homes and to sign-post people to other services where needed. The service provided should help to delay and reduce the need for additional long term care through a focus on promoting wellbeing and independence. It should safeguard adults, protecting them from avoidable harm. Care and support should be delivered in line with the person’s wishes, as best as it can be. The care and support delivered should meet the person’s cultural needs and maintain their dignity and respect. The expected outputs of the Service are that the chosen Providers will: Respond to all appropriate referrals in their prescribed zone Support individuals in line with their care and support plan and how they wish to be supported Support individuals to maintain and maximise independence as far as possible Deliver safe, quality and compliant care and support to individuals
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
147 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2024
End:
31/03/2033
This contract is subject to renewal: Yes
Description of renewals:
Recurrent contract to be renewed upon expiry
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
Lot No: 2
II.2.1) Title
Lot 2 - Sitting Services
II.2.2) Additional CPV code(s)
85000000
85320000
II.2.3) Place of performance
NUTS code:
UKG32
Main site or place of performance:
II.2.4) Description of the procurement
Lot 2 - Sitting Services Sitting Services (Lot 2) aim to allow people who use the service to live as independently as possible in their own homes and to sign-post people to other services where needed. The service provided should help to delay and reduce the need for additional long term care through a focus on promoting wellbeing and independence. It should safeguard adults, protecting them from avoidable harm. Care and support should be delivered in line with the person’s wishes, as best as it can be. The care and support delivered should meet the person’s cultural needs and maintain their dignity and respect. Sitting Services (Lot 2) are required when a carer needs a break, but replacement care is required to look after their loved one in their own home. The expected outputs of the Service are that the chosen Providers will: Respond to all appropriate referrals in their prescribed zone Support individuals in line with their care and support plan and how they wish to be supported Support individuals to maintain and maximise independence as far as possible Deliver safe, quality and compliant care and support to individuals Deliver care and companionship to a person in their own home whilst their carer is having a break or attending appointments (Lot 2 only).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/03/2024
End:
31/03/2033
This contract is subject to renewal: Yes
Description of renewals:
Recurrent contract to be renewed upon expiry
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
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:
Providers are required to be CQC registered with a rating rating of Good and above at the time of tender submission
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: 36
Justification for any framework agreement duration exceeding 4 years: This framework will be let under Light Touch arrangements under the EU Procurement Directives and implemented in English Law in the Public Contracts Regulations 2015 (PCR 2015).
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
03/11/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
03/11/2023
Local time: 12:00
Place:
Solihull
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
8 years
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
22/09/2023