Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cardiff Council
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
UK
Contact person: Peter Lawrence
Telephone: +44 2920873358
E-mail: ascsdt@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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.sproc.net
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.sproc.net
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
Accredited Provider List for Domiciliary Care Services in Cardiff
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
In 2014 Cardiff Council implemented a model of Domiciliary Care provision which addressed a number of issues identified in the previous arrangements. The model has involved establishing an open accredited provider list (APL)through our partner organisation 'adam' who provides the supporing technology required SPROC.net. The notice will remain open for the contract duration allowing providers to join or leave the system at any time. Cardiff Council Social Services currently purchases circa 28,000 hours of care per week for Adults from circa 55 domiciliary care providers across Cardiff. The total expenditure for these services in 2018/19 was circa GBP 23 million.
II.1.5) Estimated total value
Value excluding VAT:
33 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85300000
85312000
II.2.3) Place of performance
NUTS code:
UKL22
Main site or place of performance:
Cardiff
II.2.4) Description of the procurement
Cardiff Council Social Services currently purchases circa 28,000 hours of care per week for Adults from circa 55 domiciliary care providers across Cardiff. The total expenditure for these services in 2018/19 was GBP 23 million. In 2014 Cardiff Council implemented a model of Domiciliary Care provision which addressed a number of issues identified in the previous arrangements including, but not limited to:
- Increasing the number and diversity of our providers including opportunities for social enterprises and small medium sized enterprises
- Improving the provider enrolment and quality accreditation process
- Incentivising providers to be competitive and maintain quality standards
- Incentivising providers to develop specialist services where these are needed
- Improving ongoing quality monitoring
- Moving from measuring performance on a time and task basis to focusing on delivering support which meets the
needs and desired outcomes of service users
The model has;
- established an open accredited provider list (APL)through our partner organisation 'adam' who provides the supporing technology required SPROC.net. The notice will remain open for the contract duration allowing providers to join or leave the system at any time.
- allow accredited providers registered on the APL to be invited to tender for each individual care package required with
their tender bids to be evaluated on quality and price (the “mini” tender stage). A key aspect of the quality element within the model will be the calculation of a Provider Quality Score (PQS) for each accredited provider which will reflect the quality of service delivered by the provider.
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 wiht the mandatory requirements set out in the Light Touch Regine (Regulations 74-77). In particular, advertise the contract notice in OJEU, conduct the procurement in conformance with the information provided in the OJEU advert, set procurement time limits which are reasonable and proportionate to the services/procurement in question, comply with the EC Treaty based principles of transparency and equal treatment, and publish a contract award notice.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
34 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
This contract is subject to renewal: No
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:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2014/S 185-326476
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
03/11/2020
Local time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
03/11/2020
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:
No
VI.3) Additional information
Please note that this notice will remain open for the remaining 18 month duration of the contract allowing providers to apply to
join the accredited provider list 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.
The contracting authority considers that the service provision may be suitable for economic operators that are small and medium enterprises (SMEs) subject to them meeting the minimum APL entry standards and the Award Criteria with a Service Agreement being awarded to the most economically advantageous tender. The Council has the intention to award to the first-ranked supplier but in order to accommodate citizen choice it may on occasion cancel the mini competition and process through Direct Payments. Further information and instructions are detailed within the DPS Entry Guide and other documents which can be found at http://demand.sproc.net
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=91356.
(WA Ref:91356)
VI.4) Procedures for review
VI.4.1) Review body
Cardiff Council
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
UK
Telephone: +44 2920873732
Internet address(es)
URL: www.cardiff.gov.uk
VI.5) Date of dispatch of this notice
15/04/2019