Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Greater Manchester Combined Authority
GMCA Offices, 1st Floor, Churchgate House, 56 Oxford Street
Manchester
M1 6EU
UK
Contact person: Miss Sara Hughes
Telephone: +44 7598551693
E-mail: sara.hughes@greatermanchester-ca.gov.uk
NUTS: UK
Internet address(es)
Main address: http://www.manchesterfire.gov.uk/
Address of the buyer profile: http://www.manchesterfire.gov.uk/
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Advert/Index?advertId=6cdea258-1cbc-ed11-8120-005056b64545
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert/Index?advertId=6cdea258-1cbc-ed11-8120-005056b64545
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
GMCA 693 Project Skyline: New GM Shared Children’s Residential Care Service
Reference number: DN658801
II.1.2) Main CPV code
85311300
II.1.3) Type of contract
Services
II.1.4) Short description
.GMCA and the Local Authorities are now looking for suitably-qualified organisations to operate the Skyline children’s homes (“Care Providers”), providing a number of care services to children and young people placed in the homes by the Local Authorities, pursuant to their responsibilities under section 20 of the Children Act 1989 to provide accommodation for children in need of such support.
II.1.5) Estimated total value
Value excluding VAT:
64 900 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 3 lots
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Procurement of the care services will be divided into three lots, in line with the cohorts identified in paragraph 4.2 above, namely:
• Lot 1 - Complex Care Mental Health Support Homes
• Lot 2 - Residential Homes supporting younger children with a view to transitioning them back to foster care
• Lot 3 – All of: (i) Residential Homes supporting older teenagers (ii) Residential Homes supporting children / young people at risk of sexual exploitation (CSE) (iii) Residential Homes supporting children / young people at risk of criminal exploitation (CCE).
Documents can be obtained via the Chest procurement portal
Further detail about the different cohorts can be found in the draft Specification attached to the procurement docs
II.2) Description
Lot No: lot2
II.2.1) Title
Lot 2 - Residential Homes supporting younger children with a view to transitioning them back to foster care
II.2.2) Additional CPV code(s)
85311300
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
.GMCA and the Local Authorities are now looking for suitably-qualified organisations to operate the Skyline children’s homes (“Care Providers”), providing a number of care services to children and young people placed in the homes by the Local Authorities, pursuant to their responsibilities under section 20 of the Children Act 1989 to provide accommodation for children in need of such support.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: Yes
Description of renewals:
The Contract is for a 10 year/120 month period with a break clause built in after 7 years/84 months there is option to extend for a further 36 month
The requirement to renew this contract after the initial 10 year period will be decided upon consultation with all parties nearer the end of the contract
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:
Yes
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
Lot No: lot3
II.2.1) Title
Lot 3 – All of: (i) Residential Homes supporting older teenagers (ii) Residential Homes supporting children / young people at risk of sexual exploitation (CSE) (iii) Residential Homes supporting children / young people at risk of criminal exploitation (CCE)
II.2.2) Additional CPV code(s)
85311300
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
.GMCA and the Local Authorities are now looking for suitably-qualified organisations to operate the Skyline children’s homes (“Care Providers”), providing a number of care services to children and young people placed in the homes by the Local Authorities, pursuant to their responsibilities under section 20 of the Children Act 1989 to provide accommodation for children in need of such support.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: Yes
Description of renewals:
The Contract is for a 10 year/120 month period with a break clause built in after 7 years/84 months there is option to extend for a further 36 month
The requirement to renew this contract after the initial 10 year period will be decided upon consultation with all parties nearer the end of the contract
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:
Yes
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
Lot No: 1
II.2.1) Title
Complex Care Mental Health Support Homes
II.2.2) Additional CPV code(s)
85311300
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
.GMCA and the Local Authorities are now looking for suitably-qualified organisations to operate the Skyline children’s homes (“Care Providers”), providing a number of care services to children and young people placed in the homes by the Local Authorities, pursuant to their responsibilities under section 20 of the Children Act 1989 to provide accommodation for children in need of such support.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: Yes
Description of renewals:
The Contract is for a 10 year/120 month period with a break clause built in after 7 years/84 months there is option to extend for a further 36 month
The requirement to renew this contract after the initial 10 year period will be decided upon consultation with all parties nearer the end of the contract
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:
Yes
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive dialogue
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:
31/05/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Royal Court of Justice
Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
02/05/2024