Social and other specific services – public contracts
Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Denbighshire County Council
North Wales Social Care & Wellbeing Services Improvement Collaborative
C/O Community Support Services PO Box 62
Ruthin
LL15 9AZ
UK
Telephone: +44 1824712432
E-mail: john.l.williams@denbighshire.gov.uk
NUTS: UKL13
Internet address(es)
Main address: www.denbighshire.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0280
I.1) Name and addresses
Conwy County Borough Council
Bodlondeb, Bangor Road
Conwy
LL32 8DU
UK
Telephone: +44 1492574000
E-mail: procurement@conwy.gov.uk
NUTS: UKL13
Internet address(es)
Main address: http://www.conwy.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0389
I.1) Name and addresses
Flintshire County Council
County Hall, Mold
Flintshire
CH7 6NA
UK
Telephone: +44 1352701814
E-mail: procurement@flintshire.gov.uk
NUTS: UKL23
Internet address(es)
Main address: www.flintshire.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0419
I.1) Name and addresses
Isle of Anglesey County Council
Isle of Anglesey County Council, Council Offices, Llangefni
Anglesey.
LL77 7TW
UK
Telephone: +44 1248750057
E-mail: procurement@anglesey.gov.uk
NUTS: UKL11
Internet address(es)
Main address: www.anglesey.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0369
I.1) Name and addresses
Gwynedd Council
Corporate Procurement Unit,, Council Offices, Shire Hall Street,
Caernarfon
LL55 1SH
UK
Telephone: +44 1286679772
E-mail: alisonevans@gwynedd.llyw.cymru
NUTS: UKL12
Internet address(es)
Main address: www.gwynedd.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0361
I.1) Name and addresses
Wrexham County Borough Council
Lampbit Street
Wrexham
LL11 1AR
UK
Telephone: +44 1978292792
E-mail: procurement@wrexham.gov.uk
NUTS: UKL23
Internet address(es)
Main address: www.wrexham.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0264
I.1) Name and addresses
Betsi Cadwaladr University Health Board
Ysbyty Gwynedd, Penrhosgarnedd
Bangor
LL57 1PW
UK
E-mail: info.bcu@wales.nhs.uk
NUTS: UKL12
Internet address(es)
Main address: http://www.wales.nhs.uk
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://supplierlive.proactisp2p.com/Account/Login
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplierlive.proactisp2p.com/Account/Login
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://supplierlive.proactisp2p.com/Account/Login
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
North Wales Domiciliary Care Agreement (Phase 1: Standard domiciliary care for adults)
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
This procurement project is the culmination of a commissioning process seeking to achieve the following benefits:
1) Good quality domiciliary care services that deliver ‘what matters’ (as defined by stakeholders to mean flexible, relationship centred and outcome focussed support
2) Affordable (whole life / best value) services
3) A sustainable and diverse market (meeting Welsh language needs and providing appropriate ‘specialist’ care & support e.g. enhanced workforce standards for supporting people with complex behaviour, acquired brain or spinal injury etc).
4) Standardised procurement processes, provider terms and conditions across the region - where possible and beneficial
5) Standardised care pathways / internal process (assessment, reablement, brokerage, invoicing & payments) across North Wales - where possible and beneficial and where this can make efficiencies or deliver benefits across the ‘whole system’
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.2) Description
Lot No: 1
II.2.1) Title
Isle Of Anglesey
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKL11
II.2.4) Description of the procurement
This project is being undertaken by Denbighshire Council on behalf of the seven (7) Health and Social Care commissioning authorities of the North Wales region – Isle of Anglesey County Council, Gwynedd County Council, Conwy County Borough Council, Denbighshire County Council, Flintshire County Council, Wrexham County Borough Council and Betsi Cadwaladr University Health Board.
This project will evaluate the quality of registered domiciliary care providers (or companies that have submitted an application for registration) using MEAT criteria (most economically advantageous tender – in terms of price, quality and social value). Providers are required to stipulate the geographical lot/s they are bidding for. Successful bidders will be awarded an agreement to provide Domiciliary support services within those specified counties within North Wales and will be ranked for each lot by overall score. Commissioners will be able to call-off against the list of providers using a range of allocation procedures to be defined within the tender documents.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Gwynedd
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKL12
II.2.4) Description of the procurement
This project is being undertaken by Denbighshire Council on behalf of the seven (7) Health and Social Care commissioning authorities of the North Wales region – Isle of Anglesey County Council, Gwynedd County Council, Conwy County Borough Council, Denbighshire County Council, Flintshire County Council, Wrexham County Borough Council and Betsi Cadwaladr University Health Board.
This project will evaluate the quality of registered domiciliary care providers (or companies that have submitted an application for registration) using MEAT criteria (most economically advantageous tender – in terms of price, quality and social value). Providers are required to stipulate the geographical lot/s they are bidding for. Successful bidders will be awarded an agreement to provide Domiciliary support services within those specified counties within North Wales and will be ranked for each lot by overall score. Commissioners will be able to call-off against the list of providers using a range of allocation procedures to be defined within the tender documents.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Conwy
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKL13
II.2.4) Description of the procurement
This project is being undertaken by Denbighshire Council on behalf of the seven (7) Health and Social Care commissioning authorities of the North Wales region – Isle of Anglesey County Council, Gwynedd County Council, Conwy County Borough Council, Denbighshire County Council, Flintshire County Council, Wrexham County Borough Council and Betsi Cadwaladr University Health Board.
This project will evaluate the quality of registered domiciliary care providers (or companies that have submitted an application for registration) using MEAT criteria (most economically advantageous tender – in terms of price, quality and social value). Providers are required to stipulate the geographical lot/s they are bidding for. Successful bidders will be awarded an agreement to provide Domiciliary support services within those specified counties within North Wales and will be ranked for each lot by overall score. Commissioners will be able to call-off against the list of providers using a range of allocation procedures to be defined within the tender documents.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Denbighshire
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKL13
II.2.4) Description of the procurement
This project is being undertaken by Denbighshire Council on behalf of the seven (7) Health and Social Care commissioning authorities of the North Wales region – Isle of Anglesey County Council, Gwynedd County Council, Conwy County Borough Council, Denbighshire County Council, Flintshire County Council, Wrexham County Borough Council and Betsi Cadwaladr University Health Board.
This project will evaluate the quality of registered domiciliary care providers (or companies that have submitted an application for registration) using MEAT criteria (most economically advantageous tender – in terms of price, quality and social value). Providers are required to stipulate the geographical lot/s they are bidding for. Successful bidders will be awarded an agreement to provide Domiciliary support services within those specified counties within North Wales and will be ranked for each lot by overall score. Commissioners will be able to call-off against the list of providers using a range of allocation procedures to be defined within the tender documents.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 5
II.2.1) Title
Flintshire
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKL23
II.2.4) Description of the procurement
This project is being undertaken by Denbighshire Council on behalf of the seven (7) Health and Social Care commissioning authorities of the North Wales region – Isle of Anglesey County Council, Gwynedd County Council, Conwy County Borough Council, Denbighshire County Council, Flintshire County Council, Wrexham County Borough Council and Betsi Cadwaladr University Health Board.
Providers are required to stipulate the geographical lot/s they are bidding for. Successful bidders will be awarded an agreement to provide Domiciliary support services within those specified counties within North Wales and will be ranked for each lot by overall score. Commissioners will be able to call-off against the list of providers using a range of allocation procedures to be defined within the tender documents.
For this lot only, the project will evaluate the quality of registered domiciliary care providers (or companies that have submitted an application for registration) using criteria in terms of quality and social value.
Flintshire proposes to set fees for all Providers, based on the current rates for 2017/2018 which will be adjusted for 2018/9 by inflation. Within the first 12 months of the Framework, Flintshire intends to pilot a more outcome focussed Commissioning & Care Planning model. The current fees are:
60 minutes - 16.14 GBP / 45 minutes - 12.11 GBP / 30 minutes - 10.72 GBP
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 6
II.2.1) Title
Wrexham
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKL23
II.2.4) Description of the procurement
This project is being undertaken by Denbighshire Council on behalf of the seven (7) Health and Social Care commissioning authorities of the North Wales region – Isle of Anglesey County Council, Gwynedd County Council, Conwy County Borough Council, Denbighshire County Council, Flintshire County Council, Wrexham County Borough Council and Betsi Cadwaladr University Health Board.
This project will evaluate the quality of registered domiciliary care providers (or companies that have submitted an application for registration) using MEAT criteria (most economically advantageous tender – in terms of price, quality and social value). Providers are required to stipulate the geographical lot/s they are bidding for. Successful bidders will be awarded an agreement to provide Domiciliary support services within those specified counties within North Wales and will be ranked for each lot by overall score. Commissioners will be able to call-off against the list of providers using a range of allocation procedures to be defined within the tender documents.
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.1.4) Objective rules and criteria for participation
Providers will need to be registered with an appropriate regulatory body for the provision of Domiciliary Support Services.
Bids will be considered from Providers that can provide evidence that they have submitted an application for registration; however call-offs will not be made until a full certificate of registration has been provided.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Cost and Quality. Providers will be subject to on-going performance review during the period of the agreement.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement
The procurement involves the establishment of a framework agreement
Justification for any framework agreement duration exceeding 4 years: This agreement is for a period of 4 years with the option to extend for a further 3 years. This agreement is being conducted in accordance with regulations 74-76 of the Public Contract Regulations 2015. The services provided under this agreement are listed under Schedule 3 of the Public Contract Regulations 2015.
IV.1.11) Main features of the award procedure:
Detailed in the Invitation to Tender
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2017/S 034-061945
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
13/11/2017
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
Section VI: Complementary information
VI.3) Additional information
Provider information Event
Providers are invited to a 'Meet the Buyer' event which will be supported by Business Wales and Wales Cooperative Centre.
The Meet the Buyer event will be held on Monday 9th October 2017 from 9.30 – 12.00 at Optic Glyndwr, St Asaph Business Park, St Asaph, Denbighshire, LL17 0JB
Attendance at the Meet the Buyer event will be limited to one representative per provider / organisation. Please register interest in attending the event by emailing john.l.williams@denbighshire.gov.uk by 5:00 PM on Thursday 5th October 2017.
For the purposes of this project, ‘standard domiciliary care’ means person centred, outcome based care and support with or without housing related support provided to Person(s) living in their own home in the community (including personal care) traditionally known as ‘homecare’ or ‘home support’, to achieve their wellbeing outcomes. This may also include the provision of domiciliary care in an extra care setting.
The planned future phases are as follows:
Phase 2: Standard domiciliary care for children and families
Phase 3: Enhanced domiciliary care
Phase 4: Supported living
Domiciliary support should aim to enable people with high support needs to maximise and maintain their wellbeing and have an improved quality of life. Commissioning for outcomes means a focus on long-term changes, rather than short term inputs / outputs.
Services should operate on the basis of achieving three overarching service outcomes:
1)People have a positive experience of care and support:
2)The quality of life for people with high support needs is enhanced
3)Following a health or wellbeing crisis, services work together to ensure that people are supported as effectively as possible
In achieving these outcomes, services should have regard to: “Measuring Wellbeing Outcomes in Social Services: National Outcomes Framework for people who need care and support and Carers who need support” – http://gov.wales/docs/dhss/publications/160610frameworken.pdf
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 Community Benefits included in this contract are:
The Service Providers shall meet the obligations of the Government of Wales Act 2010 with regards to sustainable development.
The Service Providers will be expected to work with the Commissioner(s) to maximise the community benefits delivered through the Agreement.
The Service Providers shall maximise community benefits through the lifetime of the Agreement in relation to generating employment opportunities in the local area and introducing innovative approaches such as offering apprenticeship placements as an example.
(WA Ref:70643)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
Royal Courts of Justice
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
Denbighshire County Council
County Hall
Ruthin
LL15 1YN
UK
Telephone: +44 1352701810
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting Authority will incorporate a minimum 10 calendar day standstill period at the point that an award decision is communicated to tenderers. The award decision notice will specify the criteria for the award of the agreement, the reasons for the decision and will specify when the standstill period is expected to end or the date before which the contracting authority will not conclude the agreement. Unsuccessful providers will receive feedback on their tender submissions detailing the justification why they were not awarded onto the Agreement. If an appeal regarding the award has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or at risk of a breach of the rules to take action in the High Court (England, Wales and Northern Ireland) Any such action must be brought promptly (generally within 3 months) The court may order the setting aside of the award decision or may order the Contracting Authority to amend any document and may award damages. If an agreement has been entered into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 30 days from notification of the award (either by award decision notification or contract award notice depending upon the circumstances) or otherwise 6 months.
VI.4.4) Service from which information about the review procedure may be obtained
Denbighshire County Council
County Hall
Ruthin
LL15 1YN
UK
Telephone: +44 1352701810
VI.5) Date of dispatch of this notice
28/09/2017