Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Plymouth City Council
Crownhill Court, Tailyour Road
Plymouth
PL6 5DH
UK
E-mail: jointcommissioning@plymouth.gov.uk
NUTS: UKK41
Internet address(es)
Main address: http://www.plymouth.gov.uk/
Address of the buyer profile: http://www.plymouth.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.supplyingthesouthwest.org.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.supplyingthesouthwest.org.uk
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
Plymouth Supported Living Services Framework 2024
Reference number: DN725226
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Plymouth City Council is carrying out this procurement on behalf of itself as principal and NHS Devon Integrated Care Board (as Contracting Body) for a multi-supplier Framework Agreement for supported living for approx. 19,000 to 20,000 hours per week to provide a range of community support services including support to maintain health and wellbeing, personal care, support with finances, social recreation, tenancy related support, underpinned with the principles of self-determination and choice. This figure will include individual support hours and sleep-in/waking nights and shared support hours and sleep-in/waking nights.
NHS Devon Integrated Care Board (Devon ICB), as Contracting Body shall access the Framework Agreement independent of the Council and shall enter into a direct contractual relationship with the Tenderer following a call-off. The form of agreement to be used for the call-off contract shall be the NHS Shorter Form Contract for services”.
This procurement is the continuation of a programme of work related to the re-shaping of supported living services which started in 2015. Within the scope of the specification at Section 6 of this ITT document there is an expectation that services will continuously improve and develop to evolve into modern, outcome based, reablement focused supported living services.
This will be a high-quality supported living service for people living within the city of Plymouth, who are assessed as needing a service whether they live in their own home or in supported accommodation. NB. For the Devon ICB this relates to people who are registered with a Plymouth GP. Supported living is the term given to encompass a range of services designed to help disabled or vulnerable people retain their independence in their local community.
These supported living services will be person centred and focussed on delivering positive outcomes including maximising people’s independence, choice and control and be flexible and innovative in response to people’s wide ranging assessed needs.
This service will be inclusive of all relevant client groups such as – people with a learning and/or physical disability, acquired brain injury, sensory loss, mental health needs, autism, along with other eligible health conditions and complex needs.
Providers must be registered with the Care Quality Commission in order to deliver elements of the services that fall under the regulations.
II.1.5) Estimated total value
Value excluding VAT:
105 600 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKK41
II.2.4) Description of the procurement
The procurement will be a one-stage process that will include both Selection and Award criteria. Tenders will be evaluated in accordance with Section 3 of the ITT Instruction Document.
The anticipated duration of the Framework Agreement is for a period of 3 years with one option to extend for a further 1 year and 4 months (maximum of 4 years and 4 months contract in total). Framework end date will be 10th July 2029. After 3 years Framework suppliers will be required to resubmit their prices for new referrals only.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
105 600 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: 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:
Yes
Description of options:
1 option to extend the contract for 16 months (total contract length 52 months).
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 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.
Justification for any framework agreement duration exceeding 4 years: As per regulation 76 of the Public Contract Regulations, the Contracting Authority has modified the framework rules allowable under the Light Touch Regime. The 52 month framework length is due to specifics of the services, the decision following EC Treaty principles was made in 2016 when it was initially procured.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/07/2024
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:
09/07/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
London
UK
VI.5) Date of dispatch of this notice
06/06/2024