Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Hertfordshire County Council
Farnham House, Six Hills Way
Stevenage
SG1 2FQ
UK
Contact person: Nicola Fisher
E-mail: sendcommissioning@hertfordshire.gov.uk
NUTS: UKH23
Internet address(es)
Main address: www.hertfordshire.gov.uk
Address of the buyer profile: https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
Tenders or requests to participate must be sent to the abovementioned address
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
HCC – Feb 25 - The Provision of Homecare and Support Services for Children and Young People in Hertfordshire
Reference number: HCC2314690-4691 and HCC2315320-5321
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Hertfordshire County Council is currently out to procurement for the Provision of Homecare and Support Services for Children and Young People in Hertfordshire.Further information regarding this opportunity can be found in II.2.4 and VI.3 below. Organisations wishing to take part in this project are invited to "express interest" which will give access to the full procurement documents in the e-tendering system. Please see VI.3 below for further information. To be considered as a Tenderer you must complete and submit a tender by the deadline of 12:00 Noon on 27.03.2025. Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above. Please allow sufficient time to make your return as late returns will not be permitted by the system.
II.1.5) Estimated total value
Value excluding VAT:
68 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: Lot 1
II.2.1) Title
Personal Care
II.2.2) Additional CPV code(s)
85000000
85312000
85323000
85310000
85300000
85311300
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
II.2.4) Description of the procurement
The estimated values stated in II.1.5 and II.2.6 are for the whole Framework Term, inclusive of the approximate value for extension. The estimated value in II.2.6 under Lot 1 and Lot 2 is the combined value for both Lots and not the value for each Lot, as the Council is unable to estimate the split of this value across the two Lots. The Framework Term for this Framework Agreement is an initial period of four (4) years with the option to extend for a further period(s) of up to two (2) years. Therefore, the maximum duration of this Framework Agreement could be six (6) years. The Council is awarding the Framework Agreement for this period in order to ensure continuity for Service Users and an attractive procurement for the provider market.Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Tenderers should be aware that due to the nature of the Services provided, any Framework Agreement formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate.
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:
48 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
This Framework Agreement will be reviewed towards the end of the Framework Term.
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:
Option to extend the initial Framework Term for a further period or periods of up to a total of a further two (2) years, at the Council’s sole discretion.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: Lot 2
II.2.1) Title
Community Enablement
II.2.2) Additional CPV code(s)
85000000
85312000
85323000
85310000
85300000
85311300
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
II.2.4) Description of the procurement
The estimated values stated in II.1.5 and II.2.6 are for the whole Framework Term, inclusive of the approximate value for extension. The estimated value in II.2.6 under Lot 1 and Lot 2 is the combined value for both Lots and not the value for each Lot, as the Council is unable to estimate the split of this value across the two Lots. The Framework Term for this Framework Agreement is an initial period of four (4) years with the option to extend for a further period(s) of up to two (2) years. Therefore, the maximum duration of this Framework Agreement could be six (6) years. The Council is awarding the Framework Agreement for this period in order to ensure continuity for Service Users and an attractive procurement for the provider market.Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Tenderers should be aware that due to the nature of the Services provided, any Framework Agreement formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate.
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:
48 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
This Framework Agreement will be reviewed towards the end of the Framework Term.
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:
Option to extend the initial Framework Term for a further period or periods of up to a total of a further two (2) years, at the Council’s sole discretion.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: Lot 3
II.2.1) Title
Support to Prevent Family/Placement Breakdown
II.2.2) Additional CPV code(s)
85000000
85312000
85323000
85310000
85300000
85311300
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
II.2.4) Description of the procurement
The estimated values stated in II.1.5 and II.2.6 are for the whole Framework Term, inclusive of the approximate value for extension. The estimated value in II.2.6 under Lot 1 and Lot 2 is the combined value for both Lots and not the value for each Lot, as the Council is unable to estimate the split of this value across the two Lots. The Framework Term for this Framework Agreement is an initial period of four (4) years with the option to extend for a further period(s) of up to two (2) years. Therefore, the maximum duration of this Framework Agreement could be six (6) years. The Council is awarding the Framework Agreement for this period in order to ensure continuity for Service Users and an attractive procurement for the provider market.Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Tenderers should be aware that due to the nature of the Services provided, any Framework Agreement formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate.
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:
15 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
This Framework Agreement will be reviewed towards the end of the Framework Term.
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:
Option to extend the initial Framework Term for a further period or periods of up to a total of a further two (2) years, at the Council’s sole discretion.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: Lot 4
II.2.1) Title
Support and Mentoring for Young People
II.2.2) Additional CPV code(s)
85000000
85312000
85323000
85310000
85300000
85311300
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
II.2.4) Description of the procurement
The estimated values stated in II.1.5 and II.2.6 are for the whole Framework Term, inclusive of the approximate value for extension. The estimated value in II.2.6 under Lot 1 and Lot 2 is the combined value for both Lots and not the value for each Lot, as the Council is unable to estimate the split of this value across the two Lots. The Framework Term for this Framework Agreement is an initial period of four (4) years with the option to extend for a further period(s) of up to two (2) years. Therefore, the maximum duration of this Framework Agreement could be six (6) years. The Council is awarding the Framework Agreement for this period in order to ensure continuity for Service Users and an attractive procurement for the provider market.Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Tenderers should be aware that due to the nature of the Services provided, any Framework Agreement formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate.
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:
5 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
This Framework Agreement will be reviewed towards the end of the Framework Term.
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:
Option to extend the initial Framework Term for a further period or periods of up to a total of a further two (2) years, at the Council’s sole discretion.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 100
Justification for any framework agreement duration exceeding 4 years: N/A
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:
2023/S 000-004006
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
27/03/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
27/03/2025
Local time: 12:00
Place:
https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Please note Hertfordshire County Council has worked closely with its districts and partners to create a joint procurement portal called supply Hertfordshire. This portal provides an e-Tendering system which is run by In-Tend.To access this procurement opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home and follow the on-screen guidanceThis is a one stage procurement process. Therefore, if you wish to be considered as a tenderer you must complete and submit a tender by the specified closing date and time. Tender submissions cannot be uploaded after this return deadline.Any clarifications regarding this opportunity must be raised through Correspondence area in the eTendering system.If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.co.uk or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:00.The Council reserves the right at any time to cease the procurement process and not award a Framework Agreement or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result.The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council's obligations under the law including the Freedom of Information Act 2000. If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.The Council reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet the Council's requirements and remain financially viable to fulfil the requirements under the Framework Agreement. The services advertised in this notice fall under the services listed in Annex XIV to Directive 2014/24/EU of the European Parliament and of the Council and the contracting authority is not obliged to follow The Public Contracts Regulations 2015 in full. The procurement process that will apply to the services is specified in the procurement documents accordingly.There will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Council will be entitled to enter into other contracts and arrangements with other providers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 20794760000
VI.4.2) Body responsible for mediation procedures
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 20794760000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Framework Agreement before a Framework Agreement is executed. The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a Framework Agreement has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Framework Agreement has been entered into the court has the options to award damages and/or to shorten or order the Framework Agreement ineffective.
VI.4.4) Service from which information about the review procedure may be obtained
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 20794760000
VI.5) Date of dispatch of this notice
13/02/2025