Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Dynamic Purchasing System Domiciliary Care for Adults and Sessional Support for Children Young People and Families

  • First published: 20 August 2021
  • Last modified: 20 August 2021

Contents

Summary

OCID:
ocds-kuma6s-113292
Published by:
Cardiff Council
Authority ID:
AA0422
Publication date:
20 August 2021
Deadline date:
25 October 2021
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Cardiff Council currently commissions 32,000 hours per week of Domiciliary Care services for Adult via a Dynamic Accredited Provider List akin to a Dynamic Purchasing Services. There are circa 60 providers on the current arrangement, which expires on 3 November 2021. Cardiff Council also commissions Sessional Support for Children Services via Spot Purchasing arrangements with 7 providers. The Social Services & Well-Being (Wales) Act 2014 (the Act) imposes various duties on local authorities and health boards that require them to work to promote the well-being of those who need care and support, or carers who need support, working on a regional basis wherever possible. It is agreed that a new Dynamic Purchasing System (DPS) is implemented in Cardiff, which will replace the current arrangements for commissioning Adult Domiciliary Care and Children Sessional Support Services. The new DPS established will enable Cardiff Council to commission Domiciliary Care and Sessional Support Services for adults, children, young people and their families. The expenditure for these services are, Adult Services GBP25m per annum and Children Services cGBP817,000 per annum. The services concerned fall under Schedule 3 of the Public Contracts Regulations 2015 (“the Regulations”) and accordingly are subject to the so called ‘Light Touch Regime’ which means that when procuring these Services the Council should comply with the mandatory requirements set out in the Light Touch Regime (Regulations 74-77). Under Regulation 76, the council is free to establish a procedure, provided that, the procedure is sufficient to ensure compliance with the principles of transparency and equal treatment of economic operators (suppliers). Regulation 34 of the Public Contracts Regulation 2015 expressly provides that contracting authorities may use a dynamic purchasing system for commonly used purchases the characteristics of which are generally available on the market, and meet their requirements and for this reason the model proposed, is a Dynamic Purchasing System. The Council reserves:- 1. the right to withdraw this contract notice and opportunity advertised at any time 2. the right to award all, part or none of the business forming the subject matter of this procurement and to abandon, halt, postpone this procurement at any time. All economic operators (potential suppliers), who wish to take part in this procurement do so at their own expense and risk. Under no circumstances will the Council incur any liability (including, but not limited to, liability as to costs) in respect of this procurement exercise, the abandonment of the same, or any documentation issued as part of this procurement exercise CPV: 85000000, 85310000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Cardiff Council

County Hall, Atlantic Wharf

Cardiff

CF10 4UW

UK

Telephone: +44 2920873732

E-mail: Socialcare.Procurement@cardiff.gov.uk

NUTS: UKL22

Internet address(es)

Main address: www.cardiff.gov.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

http://demand.sproc.net


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.sproc.net


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Other: Health and Social Care

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Dynamic Purchasing System Domiciliary Care for Adults and Sessional Support for Children Young People and Families

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Cardiff Council currently commissions 32,000 hours per week of Domiciliary Care services for Adult via a Dynamic Accredited Provider List akin to a Dynamic Purchasing Services. There are circa 60 providers on the current arrangement, which expires on 3 November 2021. Cardiff Council also commissions Sessional Support for Children Services via Spot Purchasing arrangements with 7 providers.

The Social Services & Well-Being (Wales) Act 2014 (the Act) imposes various duties on local authorities and health boards that require them to work to promote the well-being of those who need care and support, or carers who need support, working on a regional basis wherever possible.

It is agreed that a new Dynamic Purchasing System (DPS) is implemented in Cardiff, which will replace the current arrangements for commissioning Adult Domiciliary Care and Children Sessional Support Services. The new DPS established will enable Cardiff Council to commission Domiciliary Care and Sessional Support Services for adults, children, young people and their families. The expenditure for these services are, Adult Services GBP25m per annum and Children Services cGBP817,000 per annum.

The services concerned fall under Schedule 3 of the Public Contracts Regulations 2015 (“the Regulations”) and accordingly are subject to the so called ‘Light Touch Regime’ which means that when procuring these Services the Council should comply with the mandatory requirements set out in the Light Touch Regime (Regulations 74-77). Under Regulation 76, the council is free to establish a procedure, provided that, the procedure is sufficient to ensure compliance with the principles of transparency and equal treatment of economic operators (suppliers). Regulation 34 of the Public Contracts Regulation 2015 expressly provides that contracting authorities may use a dynamic purchasing system for commonly used purchases the characteristics of which are generally available on the market, and meet their requirements and for this reason the model proposed, is a Dynamic Purchasing System.

The Council reserves:-

1. the right to withdraw this contract notice and opportunity advertised at any time

2. the right to award all, part or none of the business forming the subject matter of this procurement and to abandon, halt, postpone this procurement at any time.

All economic operators (potential suppliers), who wish to take part in this procurement do so at their own expense and risk.

Under no circumstances will the Council incur any liability (including, but not limited to, liability as to costs) in respect of this procurement exercise, the abandonment of the same, or any documentation issued as part of this procurement exercise

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

85310000

II.2.3) Place of performance

NUTS code:

UKL22

II.2.4) Description of the procurement

Cardiff Council currently commissions 32,000 hours per week of Domiciliary Care services for Adult via a Dynamic Accredited Provider List akin to a Dynamic Purchasing Services. There are circa 60 providers on the current arrangement, which expires on 3 November 2021. Cardiff Council also commissions Sessional Support for Children Services via Spot Purchasing arrangements with 7 providers.

The Social Services & Well-Being (Wales) Act 2014 (the Act) imposes various duties on local authorities and health boards that require them to work to promote the well-being of those who need care and support, or carers who need support, working on a regional basis wherever possible.

It is agreed that a new Dynamic Purchasing System (DPS) is implemented in Cardiff, which will replace the current arrangements for commissioning Adult Domiciliary Care and Children Sessional Support Services. The new DPS established will enable Cardiff Council to commission Domiciliary Care and Sessional Support Services for adults, children, young people and their families. The expenditure for these services are, Adult Services cGBP25m per annum and Children Services cGBP817,000 per annum.

Within the DPS, Providers will be able to register to deliver services against one, some or all of the categories providing they meet the minimum criteria to be able to do so. The three categories are;

- Cluster Based Services for Older People and Mental Health Services for Older People

- City Wide Services for Specialist Population Groups (including Learning Disability, Physical & Sensory Impairment, Mental Health & Substance Misuse Services)

- City Wide Children’s Domiciliary Care & Sessional Support Services

The services concerned fall under Schedule 3 of the Public Contracts Regulations 2015 (“the Regulations”) and accordingly are subject to the so called ‘Light Touch Regime’ which means that when procuring these Services the Council should comply with the mandatory requirements set out in the Light Touch Regime (Regulations 74-77). Under Regulation 76, the council is free to establish a procedure, provided that, the procedure is sufficient to ensure compliance with the principles of transparency and equal treatment of economic operators (suppliers). Regulation 34 of the Public Contracts Regulation 2015 expressly provides that contracting authorities may use a dynamic purchasing system for commonly used purchases the characteristics of which are generally available on the market, and meet their requirements and for this reason the model proposed, is a Dynamic Purchasing System.

The Council reserves:-

1. the right to withdraw this contract notice and opportunity advertised at any time

2. the right to award all, part or none of the business forming the subject matter of this procurement and to abandon, halt, postpone this procurement at any time.

All economic operators (potential suppliers), who wish to take part in this procurement do so at their own expense and risk.

Under no circumstances will the Council incur any liability (including, but not limited to, liability as to costs) in respect of this procurement exercise, the abandonment of the same, or any documentation issued as part of this procurement exercise

Please note that this notice will remain open for the proposed duration of the contract (3 years with the potential to extend for a further period of up to 3 years, which if such extension is exercised, the notice period will be updated) allowing providers to apply to join the DPS at any time. This will be through www.sproc.net, which provides further information in respect of the accreditation and enrolment process together with the evaluation criteria, categories and sub categories where applicable.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 50

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 156 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

up to a further 36 months

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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: 25/10/2021

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 04/11/2021

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

CY

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

3 years

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

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Social Value/Community Benefits included in this contract are:

- Promoting the Wellbeing of Young People and Vulnerable Adults

- Local Training & Employment Opportunities

- Ethical Employment

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=113292.

(WA Ref:113292)

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

20/08/2021

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services
85310000 Social work services Social work and related services

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Socialcare.Procurement@cardiff.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
14/09/2021 08:08
ADDED FILE: DPS Clarification Questions Received and Council Responses
Clarification Questions Received and Council Responses up to and including the 10th September 2021
08/10/2021 15:02
ADDED FILE: Clarification Questions Received and Council Responses up to and including the 5th October 2021
Clarification Questions Received and Council Responses up to and including the 5th October 2021
05/11/2021 10:52
ADDED FILE: Update on DPS Go Live
FAQ

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx28.07 KB
This file may not be accessible.
pdf
pdf453.04 KB
This file may not be accessible.
pdf
pdf434.83 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.