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:
https://www.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 Approved Provider List For Residential and Nursing Care Services to Older People & Older People requiring Mental Health Support
II.1.2) Main CPV code
85311000
II.1.3) Type of contract
Services
II.1.4) Short description
Cardiff Council currently commissions Residential & Nursing Care for approximately 350 Older People & Older People requiring Mental Health Support in Care Homes across Cardiff and the surrounding area.
This is currently commissioned via a Dynamic Approved Provider List (akin to a Dynamic Purchasing System (DPS). The total expenditure for these services in 2019/20 was GBP 29.5 million with the expenditure for 2018/19 being approximately GBP 30 million.
Cardiff Council are seeking to implement a model of Residential & Nursing Care provision which addresses a number of issues identified with the current arrangements including, but not limited to:
- Improving the provider enrolment and quality accreditation process
- Focusing on delivering support which meets the needs and desired outcomes of service users
- Incentivising providers to be competitive and maintain quality standards
- Improving ongoing quality monitoring
- Increasing the number and diversity of our providers including opportunities for social enterprises and small medium sized enterprises
The model will;
- establish an open Dynamic Approved Provider List (DAPL) akin to a Dynamic Purchasing System (DPS) through our partner organisation adam HTT Ltd who will provide the supporting technology required via SPROC.net. The notice will remain open for the contract duration allowing providers to join or leave the system at any time.
- facilitate an end to end process to manage all requirements that Cardiff Council has for Residential and/ or Nursing Care for Older People & Older People requiring Mental Health Support, from sourcing through to payment.
- allow accredited providers registered on the DAPL to be invited to tender for each individual care placement required.
- establish a methodology which will reflect the quality of service delivered by each provider accredited on the DAPL.
- allow Service Users and/ or their families to make an informed decision based on the location and Quality score of all Care Homes who are able to offer a placement that meets the needs of the individual, alongside detail of any additional Third Party Top up that may be required (if applicable) to support the placement.
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). For this reason the model proposed is a DAPL which is akin to 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.1.5) Estimated total value
Value excluding VAT:
180 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85310000
II.2.3) Place of performance
NUTS code:
UKL22
Main site or place of performance:
http://demand.sproc.net
II.2.4) Description of the procurement
Cardiff Council currently commissions Residential & Nursing Care for approximately 350 Older People & Older People requiring Mental Health Support in Care Homes across Cardiff and the surrounding area.
This is currently commissioned via a Dynamic Approved Provider List (akin to a Dynamic Purchasing System (DPS). The total expenditure for these services in 2019/20 was GBP 29.5 million with the expenditure for 2018/19 being approximately GBP 30 million.
Cardiff Council are seeking to implement a model of Residential & Nursing Care provision which addresses a number of issues identified with the current arrangements including, but not limited to:
- Improving the provider enrolment and quality accreditation process
- Focusing on delivering support which meets the needs and desired outcomes of service users
- Incentivising providers to be competitive and maintain quality standards
- Improving ongoing quality monitoring
- Increasing the number and diversity of our providers including opportunities for social enterprises and small medium sized enterprises
The model will;
- establish an open Dynamic Approved Provider List (DAPL) akin to a Dynamic Purchasing System (DPS) through our partner organisation adam HTT Ltd who will provide the supporting technology required via SPROC.net. The notice will remain open for the contract duration allowing providers to join or leave the system at any time.
- facilitate an end to end process to manage all requirements that Cardiff Council has for Residential and/ or Nursing Care for Older People & Older People requiring Mental Health Support, from sourcing through to payment.
- allow accredited providers registered on the DAPL to be invited to tender for each individual care placement required.
- establish a methodology which will reflect the quality of service delivered by each provider accredited on the DAPL.
- allow Service Users and/ or their families to make an informed decision based on the location and Quality score of all Care Homes who are able to offer a placement that meets the needs of the individual, alongside detail of any additional Third Party Top up that may be required (if applicable) to support the placement.
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). For this reason the model proposed is a DAPL which is akin to 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 (4 years with the potential to extend for a further period of 2 years which if such extension is exercised the notice period will be updated) 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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
180 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2022
End:
31/03/2025
This contract is subject to renewal: No
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
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
Open procedure
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:
31/03/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.7) Conditions for opening of tenders
Date:
31/03/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=123626.
(WA Ref:123626)
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
01/08/2022