Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Prior Information Notice

Respite- Residential Provision for Adults with Learning Disabilities Living in Southampton

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04e479
Published by:
Southampton City Council
Authority ID:
AA20843
Publication date:
12 March 2025
Deadline date:
-
Notice type:
Prior Information Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Southampton City Council is in the process of reviewing its current model of residential respite provision for adults with Learning Disabilities living in Southampton and would like to engage in preliminary market consultation, to inform future commissioning.

We will welcome participation in this consultation, please send in responses to procurementhealthandcareteam@southampton.gov.uk

By 20th March 2025, clarifications if required can also be made to this email address.

Full notice text

Prior information notice

This notice is for prior information only

Section I: Contracting authority

I.1) Name and addresses

Southampton City Council

Civic Centre

SOUTHAMPTON

SO147LY

UK

E-mail: procurementhealthandcareteam@southampton.gov.uk

NUTS: UKJ32

Internet address(es)

Main address: www.southampton.gov.uk

I.3) Communication

Additional information can be obtained from 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

Respite- Residential Provision for Adults with Learning Disabilities Living in Southampton

Reference number: ICU-2025-084

II.1.2) Main CPV code

85300000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Southampton City Council is in the process of reviewing its current model of residential respite provision for adults with Learning Disabilities living in Southampton and would like to engage in preliminary market consultation, to inform future commissioning.

We will welcome participation in this consultation, please send in responses to procurementhealthandcareteam@southampton.gov.uk

By 20th March 2025, clarifications if required can also be made to this email address.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

Southampton

II.2.4) Description of the procurement

THIS IS NOT A CALL FOR COMPETITION

Southampton City Council is in the process of reviewing its current model of residential respite provision for adults with Learning Disabilities living in Southampton and would like to engage in preliminary market consultation, to inform future commissioning.

Please note these proposals only relate to overnight residential respite for adults aged 18 years plus.

Currently the Council runs a 4 bed respite unit (plus one emergency bed) in its own property, Provision A on the West of the City; and commissions an external provider to run a 3-bed respite service from another property, which the Council also owns, Provision B on the East of the City. The Council also commissions additional nights from other external provider/s.

One proposal is to consolidate the majority of our residential respite provision into Provision A and Provision B and to only use other respite services for those clients with more complex health/clinical needs. To do this, one of our proposals is to expand our Provision A service from 4 beds to 6 beds (plus one emergency bed) and align service delivery across Provision A and Provision B respite sites, to deliver a single service across the two sites to achieve economies of scale.

We are currently consulting on our proposals and exploring whether this 2-site provision (Provision A and Provision B) should be delivered by the Council or by external provider/s. We are therefore only seeking information at this stage.

This request for information is to seek further views to inform the council's decision making and is not a call for a competitive procurement, any response provided by the market will remain confidential. Participation or non-participation in this market exercise is voluntary and non-binding and shall not prevent any organisation's ability to participate in any potential procurement process nor is it intended that any information supplied shall place any organisation at an advantage in any procurement process. Confidentiality is subject to the Council's statutory obligations such as under the Freedom of Act 2000 or other applicable legislation.

Proposed Model - Assumptions

Delivery of a residential respite service from two sites, both owned by the Council.

Proposed sites

• Provision B which is a 3 bedded provision

• Provision A which would become a 6 bedded provision plus 1 emergency bed

The Council will retain ownership of both sites and continue to bear the costs that are directly associated with the properties, for e.g. utilities, rates and building maintenance so these should not be included in your indicative costs.

Proposed availability

• Both provisions should be available 360 days a year.

• Emergency capacity should be available throughout the year based at the Provision A site.

Proposed Occupancy

• Target occupancy for the core respite beds is proposed at 90%

• Emergency bed occupancy is estimated at 70%

Proposed Staffing

• Both sites should be staffed 24/7

• Both sites should operate a 1:3 core staffing model (any additional 1:1 or 2:1 staffing costs will be charged separately)

• It should be assumed that staffing for the emergency bed is supplemented by the core and where additional 1:1 staffing is needed, this would be chargeable separately.

• The Council has the following existing staffing resource, it is likely that TUPE will apply:

Provision A *correct as of 17/02/25 has a total staffing resource spend of £373,788 per annum comprising the following staff:

Role--------------------------------FTE**------Employers Pension Contribution

Registered Manager-----1.0--------------16.8%***

Team leaders-----------------3.61------------16.8%

Support Workers----------4.05-----------16.8%

Housekeeper----------------0.81------------16.8%

Information relating to the councils pay scales can be accessed here Pay scales

** FTE is based on 37 hours

*** Information relating to the councils pensions can be accessed here Pensions

Provision B *correct as of 17/02/25 has a total staffing resource spend of £130,955 per annum, comprising the following staff:

Role-------------------------------FTE**----Employers Pension Contribution

Registered Manager----1.08---------3%

Support Workers---------5.19----------3%

• An incoming potential provider(s) will be responsible for any resulting redundancy or other TUPE related costs (redundancy/ T&C's/entitlements) these should be considered within your assumptions.

Questions to respond to are:

1. How attractive, economically and operationally, do you think the council's proposal would be for the market and why?

2(a). What would you consider to be a best value indicative cost for delivering this 2-site provision?

Please provide a range value cost to deliver this provision between £ xxxx and £xxxx per annum based on the assumptions detailed throughout this document.

The indicative range value cost should include:

• all staffing costs, including training and annual/sick leave allowance.

• all non-staff costs directly associated with running the service i.e. IT, telephones, clinical and domestic waste, travel, CQC registration, cleaning materials, equipment, maintenance of equipment ,consumables, stationery, food, laundry, surplus

• and all overheads/corporate management costs, that your organisation would charge.

• PLEASE EXCLUDE BUILDING COSTS E.G UTILITIES, BUILDING MAINTENANCE AND RATES.

2b). Please detail your additional assumptions that support these indicative costs

An example is given below:

Relates to: Staffing

Assumptions:

Grade

Employer pension contributions @ x%

Annual leave assumed at x days per year

Sick leave provision @ x% of FTE posts

TUPE contingency pot @ £xxk for x post at risk of deletion

Please send in responses to procurementhealthandcareteam@southampton.gov.uk

By 20th March 2025, clarifications if required can also be made to this email address.

II.2.14) Additional information

Please send in responses to procurementhealthandcareteam@southampton.gov.uk

By 20th March 2025, clarifications if required can also be made to this email address.

II.3) Estimated date of publication of contract notice:

20/02/2025

Section IV: Procedure

IV.1) Description

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

Section VI: Complementary information

VI.5) Date of dispatch of this notice

19/02/2025

Coding

Commodity categories

ID Title Parent category
85300000 Social work and related services Health and social work services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurementhealthandcareteam@southampton.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.