Social and other specific services – public contracts
Prior information notice - This notice is a call for competition
Section I: Contracting
authority
I.1) Name and addresses
Oxfordshire County Council
County Hall
Oxford
OX1 1ND
UK
Contact person: Ms Alice Leung
E-mail: alice.leung@oxfordshire.gov.uk
NUTS: UKJ14
Internet address(es)
Main address: http://www.oxfordshire.gov.uk
Address of the buyer profile: http://www.oxfordshire.gov.uk
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=4bcf8ee3-656e-ee11-8124-005056b64545
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=4bcf8ee3-656e-ee11-8124-005056b64545
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
Advocacy Services: Lot 1 – Children’s Advocacy, Independent Visitors & Care Leavers Services and Lot 2 - Adult’s Advocacy Service
Reference number: DN695419
II.1.2) Main CPV code
85320000
II.1.3) Type of contract
Services
II.1.4) Short description
Tenderers are invited to tender for the provision of Services as described in Appendix 1 Specification for the Provision of Children’s Advocacy, Independent Visitors & Care Leavers Services (Lot 1) and Adult’s Advocacy Services (Lot 2).
Advocacy services provide the support which enables an individual, usually a vulnerable person, to understand and communicate their choice or express their views on issues and participate in making decisions which affect them.
The Council has a statutory duty under the Care Act 2014 to ensure that some form of independently led support is available for eligible children, young people, and adults.
The Lot 1: Children’s Advocacy, Independent Visitors & Care Leavers Services include:
• Specialist IMCA, IMCA DoLS
• Paid Relevant Person’s
• Representative, Rule 1.2
• CoPDoLS service to those people eligible under the Mental Act 2005 (Independent Mental Capacity Advocates) (General) Regulations 2006, the Mental Capacity Act 2005 (Independent Mental Capacity Advocates) (Expansion of Role) Regulations 2006: and Deprivation of Liberty Safeguards
• Independent Health Complaints Advocacy (IHCA)
• Regulation 44 Visits
• Independent Visitors Service
• Care Leavers Services
The Lot 2: Adult’s Advocacy Services include:
• Independent Mental Capacity Advocacy Service (IMCA & (IMCA DoLS)
• Paid Relevant Person's Representative Service (RPR)
• Rule 1.2 (CoPDoLS)
• Independent Mental Health Advocacy Service (IMHA) – within Secure Hospital and Prison settings
• NHS Independent Complaints Advocacy Service
• Independent Care Act Advocacy Service (ICAA)
• Community Advocacy
• Empowerment Network
The Provider(s) will be expected to work collaboratively to ensure continuity and consistency across both services.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
Lot No: 1
II.2.1) Title
Advocacy Services: Lot 1 – Children’s Advocacy, Independent Visitors
II.2.2) Additional CPV code(s)
85320000
II.2.3) Place of performance
NUTS code:
UKJ14
II.2.4) Description of the procurement
Tenderers are invited to tender for the provision of the Services as described in Appendix 1: Specifications for Lot 1 for a term of three (3) years commencing 01 April 2024 with the option for the Council to extend the term of the contract for up to two (2) years in aggregate.
The maximum contract value for the 3-year term for Lot 1: Children’s Advocacy, Independent Visitors & Care Leavers Services is anticipated to be £537,770.24. Should the optional contract extension condition be exercised then the maximum contract value is anticipated to be £923,710.00 (5-year term). Bidders must submit a Price at, or below, the maximum available budget for the provision of contract Services as per Schedule 1: Specification for Lot 1.
The subject matter of this procurement process relates to the delivery of services which are listed to in Schedule 3 to the regulations. As such, the procurement process adopted by the Commissioners has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment. For the avoidance of doubt this means that the Commissioners have not adopted the open procedure (as such term is defined in the regulations) for the undertaking of this procurement process. The fact that in this Contract Notice at Section IV.1) the field/box relating to type of procedure may default to the term ‘Open’ does not mean that this procedure is being followed by the Commissioners.
II.2.6) Estimated value
Value excluding VAT:
923 710.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2024
End:
31/03/2027
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: 2
II.2.1) Title
Advocacy Services: Lot 2: Adult’s Advocacy Service
II.2.2) Additional CPV code(s)
85320000
II.2.3) Place of performance
NUTS code:
UKJ14
II.2.4) Description of the procurement
Tenderers are invited to tender for the provision of the Services as described in Lot 2 for a term of three (3) years commencing 01 April 2024 with the option for the Council to extend the term of the contract for up to two (2) years in aggregate.
The maximum contract value for the 3-year term for Lot 2: Adult’s Advocacy Service is anticipated to be £1,170,660.00. Should the optional contract extension condition be exercised then the maximum contract value is anticipated to be £1,951,100.00 (5-year term). Bidders must submit a Price at, or below, the maximum annual budget available for the provision of contract Services as per Schedule 1: Specification for Lot 2.
It is anticipated, due to legislative changes that may occur during the Contract Period, that service demand may increase. If this occurs and the Council agrees, the estimated value for the Services may increase up to the value of £3,388,505. Appropriate rights are reserved under the Contracts for the Council to require the Service Provider to meet the anticipated increased demand.
The subject matter of this procurement process relates to the delivery of services which are listed to in Schedule 3 to the regulations. As such, the procurement process adopted by the Commissioners has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment. For the avoidance of doubt this means that the Commissioners have not adopted the open procedure (as such term is defined in the regulations) for the undertaking of this procurement process. The fact that in this Contract Notice at Section IV.1) the field/box relating to type of procedure may default to the term ‘Open’ does not mean that this procedure is being followed by the Commissioners.
II.2.6) Estimated value
Value excluding VAT:
3 388 505.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2024
End:
31/03/2027
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.2) Administrative information
IV.2.2) Time limit for receipt of expressions of interest
Date:
30/11/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice
London
WC1A 2LL
UK
VI.5) Date of dispatch of this notice
30/10/2023