Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Rotherham Metropolitan Borough Council
GB173552264
Riverside House, Main Street
Rotherham
S60 1AE
UK
Contact person: Yvonne Dutton
Telephone: +44 1709334165
E-mail: yvonne.dutton@rotherham.gov.uk
NUTS: UKE3
Internet address(es)
Main address: https://www.rotherham.gov.uk/
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104118
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=53721&B=UK
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=53721&B=UK
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
Supported Living FPS
Reference number: 22-129
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Council is seeking applications from providers who may wish to join the Supported Living: Flexible Purchasing System (FPS). The intention is to appoint a range of providers with the capability and capacity to deliver Care and Support in a supported living setting.
Organisations can apply to join the FPS by registering at https://yortender.eu-supply.com/login.asp?B=YORTENDER and searching for project 59848.
II.1.5) Estimated total value
Value excluding VAT:
278 899 520.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
In any combination subject to the needs of individuals requiring service delivery.
II.2) Description
Lot No: 1
II.2.1) Title
Supported Living for People with Learning Disabilities
II.2.2) Additional CPV code(s)
85000000
85300000
85310000
85311000
85320000
II.2.3) Place of performance
NUTS code:
UKE31
Main site or place of performance:
Within the borough of Rotherham.
II.2.4) Description of the procurement
This will be building based Supported Living - where the Provider will provide onsite 24/7 background staff support in the Supported Living Service to all individuals in their own homes and/or shared accommodation and/or clustered accommodation on one site, or at various locations. All tenants will have the right to choose who supports them with one-to-one care and other support needs. All tenants in this category will require some form of constant 24-hour support or supervision.
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value
/ Weighting: TBA
Quality criterion: Price
/ Weighting: TBA
Price
/ Weighting:
TBA
II.2.6) Estimated value
Value excluding VAT:
278 899 520.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
17/11/2023
End:
16/11/2028
This contract is subject to renewal: Yes
Description of renewals:
The FPS will be established on the basis of an initial 5-year period; the system may continue beyond this date subject to further Cabinet approval, therefore the end date specified at II2.7 is provided as an indication only.
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:
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
II.2.14) Additional information
The FPS will be established on the basis of an initial 5-year period; the system may continue beyond this date subject to further Cabinet approval, therefore the end date specified at II2.7 is provided as an indication only.
Lot No: 2
II.2.1) Title
Supported Living for Autistic People
II.2.2) Additional CPV code(s)
85000000
85300000
85310000
85311000
85320000
II.2.3) Place of performance
NUTS code:
UKE31
Main site or place of performance:
Within the borough of Rotherham
II.2.4) Description of the procurement
This will be a service for autistic people. The people accessing this service will have a range of needs.
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value
/ Weighting: TBA
Price
/ Weighting:
TBA
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
17/11/2023
End:
16/11/2028
This contract is subject to renewal: Yes
Description of renewals:
The FPS will be established on the basis of an initial 5-year period; the system may continue beyond this date subject to further Cabinet approval, therefore the end date specified at II2.7 is provided as an indication only.
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:
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
II.2.14) Additional information
The FPS will be established on the basis of an initial 5-year period; the system may continue beyond this date subject to further Cabinet approval, therefore the end date specified at II2.7 is provided as an indication only.
Lot No: 3
II.2.1) Title
Future needs for Supported Living Care and Support
II.2.2) Additional CPV code(s)
85000000
85300000
85310000
85311000
85320000
II.2.3) Place of performance
NUTS code:
UKE31
Main site or place of performance:
Within the borough of Rotherham
II.2.4) Description of the procurement
This will include miscellaneous contracts relating to future needs of autistic people and people with learning disabilities which may not naturally align to lots 1 and 2. This may include specific specialist requirements for example Dementia, combined learning disabilities and autism.
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value
/ Weighting: TBA
Price
/ Weighting:
TBA
II.2.6) Estimated value
Value excluding VAT:
278 899 520.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
17/11/2023
End:
16/11/2028
This contract is subject to renewal: Yes
Description of renewals:
The FPS will be established on the basis of an initial 5-year period; the system may continue beyond this date subject to further Cabinet approval, therefore the end date specified at II2.7 is provided as an indication only.
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:
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
II.2.14) Additional information
The FPS will be established on the basis of an initial 5-year period; the system may continue beyond this date subject to further Cabinet approval, therefore the end date specified at II2.7 is provided as an indication only.
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:
As stated in the application documentation or subsequent further competition documentation.
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
III.2.2) Contract performance conditions
As stated in the application documentation or subsequent further competition documentation.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
16/11/2028
Local time: 00:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
16/11/2028
Local time: 00:00
Place:
Applications will be downloaded from the FPS in what will be known as evaluation rounds as published in the application documentation.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
16/11/2028
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Rotherham Metropolitan Borough Council is seeking suitably qualified applicants to be appointed onto the Flexible Purchasing System (FPS) for Supported Living.
The Supported Living services will be provided primarily for people with learning disabilities and autistic people but may also include people with additional support needs such as sensory impairment, physical disability, epilepsy, dementia, and additional mental ill health. Individuals with acquired brain injury may, where appropriate, be referred to the service.
The Council has a need to work with high quality supported living provision across the borough and establish a model which will enable the following:
• A flexible approach to engage with multiple suppliers in the market.
• Cost savings through increased competition.
• Opportunity to stimulate development in the Supported Living Market.
• Potential to increase access for Rotherham’s small-medium enterprises.
• Support the delivery of Rotherham Council’s social value ambition.
The FPS will comprise of a number of separate Lots. Lots may be added at any point throughout the lifetime of the FPS and the application documentation will be updated accordingly. Applicants can apply to join one or more lots and can be successfully appointed to one or more lots subject to any updates to the rules published. There is no limited to the number of organisations that can be appointed to the FPS.
The current estimated value of expenditure to be generated via the FPS including extensions is: £13,944,976.00 per annum which is based on the 2023/24 budgets. The advertised amount will be £278,899,520 based on an estimation of the annual contract value multiplied by 20 years subject to Cabinet approval to continue with the FPS
It is anticipated that the Flexible Purchasing System will commence on 17/11/2023 and will run for a period of 60 months/5 years making the initial expiry date 16/11/2028. This period is an estimate only, the Council may continue to use the Flexible Purchasing System beyond that if it wishes to do so, subject to further Cabinet approval.
Organisations applying for this FPS must commit to supporting the Council's Social Value Policy and support this agenda by committing to deliver Social Value additionality as a result of the services commissioned via this FPS.
RMBC is acting as the lead authority to appoint providers for the provision of the services detailed in the application documentation. Applicants should also be aware that NHS South Yorkshire Integrated Care Board is named as a Permitted Purchaser and may choose to access the Flexible Purchasing System and may create additional lots within the scope of Mental Health Recovery, without creating any obligation on behalf of them to do so. The Permitted Purchaser will be independently responsible for the award of their own contract, which may incorporate NHS Terms and Conditions.
Applicants must read the full application documentation pack before starting an application, the application pack can be downloaded free or charge via YORtender and searching for project number 59848.
The Council will update the application pack and supporting information from time to time as required in order to meet the needs of the services required.
The FPS will allow the Council to purchase placement arrangements on the request of the individual Service User or subject to the needs and requirements of an individual. The purchasing activity is known as a call off agreement and can be completed as follows:
(a) Direct award – choice, best interests and other grounds.
(b) Mini competitions:
The further competition documentation will contain the relevant evaluation criteria to be assessed which will be determined on a competition by competition basis as required.
VI.4) Procedures for review
VI.4.1) Review body
High Court
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract 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 Contract has been entered into, the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the Contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.4) Service from which information about the review procedure may be obtained
High Court
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
15/09/2023