Domiciliary Care Services Framework Bedford
The Council is seeking to enter into a framework agreement with a number of suitably qualified organisations for the provision of domiciliary care services.
United Kingdom-Bedford: Social work and related services
2016/S 085-149724
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Borough Hall, Cauldwell Street
Bedford
MK42 9AP
UNITED KINGDOM
Contact person: Commercial Hub
Telephone: +44 1234228420
E-mail: commercial.hub@bedford.gov.uk
NUTS code: UKH22
Internet address(es):Main address: http://www.bedford.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Framework Agreement for the Provision of Domiciliary Care Services (BBC537665).
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Council is seeking to enter into a framework agreement with a number of suitably qualified organisations for the provision of domiciliary care services adults and children and short break services for children. More specifically, the Council is seeking to commission general domiciliary care services to vulnerable adults, which will be delivered across three (3) separate geographical zones within the Council’s administrative area. The Council is also seeking to commission domiciliary care services and short breaks for children and young people, which will be delivered across the Council’s entire administrative area.
II.1.5)Estimated total value
II.1.6)Information about lots
Providers can only bid for up to two (2) of Lots 1, 2 and 3. There is no restriction on Lot 4. For example, a provider can bid for Lots 1 and 3 or they can bid for Lots 1, 3 and 4. However, no provider can bid for all four (4) Lots.
II.2.1)Title:
Lot 1 — Adults General Domiciliary Care Services for Zone 1
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Bedfordshire CC.
II.2.4)Description of the procurement:
The Council is seeking to enter into a framework agreement with a number of suitably qualified organisations for the provision of domiciliary care services for adults and children and short break services for children. More specifically, the Council is seeking to commission general domiciliary care services to vulnerable adults, which will be delivered across three (3) separate geographical zones within the Council’s administrative area. The Council is also seeking to commission domiciliary care services and short breaks for children The Council is seeking to enter into a framework agreement with a number of suitably qualified organisations for the provision of domiciliary care services for adults and children and short break services for children. More specifically, the Council is seeking to commission general domiciliary care services to vulnerable adults, which will be delivered across three (3) separate geographical zones within the Council’s administrative area. The Council is also seeking to commission domiciliary care services and short breaks for children and young people, which will be delivered across the Council’s entire administrative area.
Existing care packages are outside the scope of the Framework Agreement and will therefore not automatically transfer from 1 provider to another.
Providers can only bid for up to two (2) of Lots 1, 2 and 3. There is no restriction on Lot 4. For example, a provider can bid for Lots 1 and 3 or they can bid for Lots 1, 3 and 4. However, no provider can bid for all four (4) Lots.
For each 1 of Lots 1, 2 and 3, a total of four (4) providers will be selected to enter into the Framework Agreement. The top two (2) ranking Bidders in each Lot will be awarded a ‘preferred provider’ status and will be offered, via a call-off arrangement, care packages purchased by the Council in the geographical zone or zones within which they have been successful. The remaining two (2) providers within each 1 of Lots 1, 2 and 3 will be awarded an ‘approved provider’ status and they will be offered, via a call-off arrangement, care packages purchased by the Council in the geographical zone or zones within which they have been successful in the event the preferred providers are unable to deliver them.
For Lot 4, a total of four (4) providers will be selected to enter into the Framework Agreement. The top two (2) ranking Bidders will be awarded a ‘preferred provider’ status and will be offered, via a call-off arrangement, care packages and short breaks purchased by the Council across the authority’s entire administrative area. The remaining two (2) providers will be awarded an ‘approved provider’ status and they will be offered, via a call-off arrangement, care packages and short breaks purchased by the Council across the authority’s entire administrative area in the event the preferred providers are unable to deliver them.
The call-off contracts will not be subject to a TUPE transfer.
The Council reserves the right to enter into the whole or part of this Framework Agreement, both in terms of the scale and scope of the Framework Agreement.
The publication of this Contract Notice and the Invitation to Tender (‘ITT’) Pack in no way commit the Council to award any contract pursuant to any tender process. More specifically, the Council reserves the right to:
— Cancel, postpone, suspend or abort the selection and evaluation process at any stage or this procurement in its entirety; and
— Amend the terms, conditions and/or requirements.
No business whatsoever is guaranteed under any resulting contract and there is no guarantee that any contract will be put in place in relation to this notice.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
Duration in months: up to 24 (from the award of the contract including possible extensions).
II.2.13)Information about European Union funds
II.2.14)Additional information
The procurement will be undertaken using the Council’s online secure e-tendering system and all interested organisations will need to register via the following link: https://www.delta-esourcing.com/delta/index.html
Full instructions of how to use the e-tendering system can be found on the relevant website, however in the event of any difficulties please contact the Council by emailing commercial.hub@bedford.gov.uk or alternatively by calling 01234 276420 for further assistance. In order to complete the registration process, the Council will need to contact you by phone, email or postal address and it is therefore essential that the contact details inserted on the system are accurate.
The access code to this contract opportunity will be provided once registered on the Delta e-Sourcing portal. Alternatively, it can be provided by the Commercial Hub team (please see email address below).
Interested organisations must also contact the Commercial Hub by emailing commercial.hub@bedford.gov.uk in order to ensure that the registration process and access to the tender documentation runs smoothly.
All interested organisations are required to return one (1) electronic copy of their completed responses to the Invitation to Tender document via the Council’s Delta e-Sourcing portal. Only those Tender submissions returned by the closing date and time will be deemed valid. Late submissions will not be accepted.
During the procurement process, it is compulsory for Bidders to utilise the e-tendering system as the main channel of communication and exchange of documents. In declaring an interest in this procurement process, Bidders agree to the use of this system.
The Council is conducting the procurement under the Open Procedure pursuant to the Public Contracts Regulations 2015 (‘the Regulations’). For the avoidance of any doubt, the services to be procured fall within Part 2 (Rules Implementing the Public Contracts Directive), Chapter 3 (Particular Procurement Regimes), Section 7 (Social and Other Specific Services) of the Regulations.
II.2.1)Title:
Lot 2 — Adults General Domiciliary Care Services for Zone 2
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Bedfordshire CC.
II.2.4)Description of the procurement:
The Council is seeking to enter into a framework agreement with a number of suitably qualified organisations for the provision of domiciliary care services for adults and children and short break services for children. More specifically, the Council is seeking to commission general domiciliary care services to vulnerable adults, which will be delivered across three (3) separate geographical zones within the Council’s administrative area. The Council is also seeking to commission domiciliary care services and short breaks for children and young people, which will be delivered across the Council’s entire administrative area.
Existing care packages are outside the scope of the Framework Agreement and will therefore not automatically transfer from 1 provider to another.
Providers can only bid for up to two (2) of Lots 1, 2 and 3. There is no restriction on Lot 4. For example, a provider can bid for Lots 1 and 3 or they can bid for Lots 1, 3 and 4. However, no provider can bid for all four (4) Lots.
For each 1 of Lots 1, 2 and 3, a total of four (4) providers will be selected to enter into the Framework Agreement. The top two (2) ranking Bidders in each Lot will be awarded a ‘preferred provider’ status and will be offered, via a call-off arrangement, care packages purchased by the Council in the geographical zone or zones within which they have been successful. The remaining two (2) providers within each 1 of Lots 1, 2 and 3 will be awarded an ‘approved provider’ status and they will be offered, via a call-off arrangement, care packages purchased by the Council in the geographical zone or zones within which they have been successful in the event the preferred providers are unable to deliver them.
For Lot 4, a total of four (4) providers will be selected to enter into the Framework Agreement. The top two (2) ranking Bidders will be awarded a ‘preferred provider’ status and will be offered, via a call-off arrangement, care packages and short breaks purchased by the Council across the authority’s entire administrative area. The remaining two (2) providers will be awarded an ‘approved provider’ status and they will be offered, via a call-off arrangement, care packages and short breaks purchased by the Council across the authority’s entire administrative area in the event the preferred providers are unable to deliver them.
The call-off contracts will not be subject to a TUPE transfer.
The Council reserves the right to enter into the whole or part of this Framework Agreement, both in terms of the scale and scope of the Framework Agreement.
The publication of this Contract Notice and the Invitation to Tender (‘ITT’) Pack in no way commit the Council to award any contract pursuant to any tender process. More specifically, the Council reserves the right to:
— Cancel, postpone, suspend or abort the selection and evaluation process at any stage or this procurement in its entirety; and
— Amend the terms, conditions and/or requirements.
No business whatsoever is guaranteed under any resulting contract and there is no guarantee that any contract will be put in place in relation to this notice.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The Framework Agreement may be extended for any period or periods of up to one (1) year by mutual agreement of the Parties.
II.2.13)Information about European Union funds
II.2.14)Additional information
The procurement will be undertaken using the Council’s online secure e-tendering system and all interested organisations will need to register via the following link: https://www.delta-esourcing.com/delta/index.html
Full instructions of how to use the e-tendering system can be found on the relevant website, however in the event of any difficulties please contact the Council by emailing commercial.hub@bedford.gov.uk or alternatively by calling 01234 276420 for further assistance. In order to complete the registration process, the Council will need to contact you by phone, email or postal address and it is therefore essential that the contact details inserted on the system are accurate.
The access code to this contract opportunity will be provided once registered on the Delta e-Sourcing portal. Alternatively, it can be provided by the Commercial Hub team (please see email address below).
Interested organisations must also contact the Commercial Hub by emailing commercial.hub@bedford.gov.uk in order to ensure that the registration process and access to the tender documentation runs smoothly.
All interested organisations are required to return one (1) electronic copy of their completed responses to the Invitation to Tender document via the Council’s Delta e-Sourcing portal. Only those Tender submissions returned by the closing date and time will be deemed valid. Late submissions will not be accepted.
During the procurement process, it is compulsory for Bidders to utilise the e-tendering system as the main channel of communication and exchange of documents. In declaring an interest in this procurement process, Bidders agree to the use of this system.
The Council is conducting the procurement under the Open Procedure pursuant to the Public Contracts Regulations 2015 (‘the Regulations’). For the avoidance of any doubt, the services to be procured fall within Part 2 (Rules Implementing the Public Contracts Directive), Chapter 3 (Particular Procurement Regimes), Section 7 (Social and Other Specific Services) of the Regulations.
II.2.1)Title:
Lot 3 — Adults General Domiciliary Care Services for Zone 3
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Bedfordshire CC.
II.2.4)Description of the procurement:
The Council is seeking to enter into a framework agreement with a number of suitably qualified organisations for the provision of domiciliary care services for adults and children and short break services for children. More specifically, the Council is seeking to commission general domiciliary care services to vulnerable adults, which will be delivered across three (3) separate geographical zones within the Council’s administrative area. The Council is also seeking to commission domiciliary care services and short breaks for children and young people, which will be delivered across the Council’s entire administrative area.
Existing care packages are outside the scope of the Framework Agreement and will therefore not automatically transfer from 1 provider to another.
Providers can only bid for up to two (2) of Lots 1, 2 and 3. There is no restriction on Lot 4. For example, a provider can bid for Lots 1 and 3 or they can bid for Lots 1, 3 and 4. However, no provider can bid for all four (4) Lots.
For each 1 of Lots 1, 2 and 3, a total of four (4) providers will be selected to enter into the Framework Agreement. The top two (2) ranking Bidders in each Lot will be awarded a ‘preferred provider’ status and will be offered, via a call-off arrangement, care packages purchased by the Council in the geographical zone or zones within which they have been successful. The remaining two (2) providers within each 1 of Lots 1, 2 and 3 will be awarded an ‘approved provider’ status and they will be offered, via a call-off arrangement, care packages purchased by the Council in the geographical zone or zones within which they have been successful in the event the preferred providers are unable to deliver them.
For Lot 4, a total of four (4) providers will be selected to enter into the Framework Agreement. The top two (2) ranking Bidders will be awarded a ‘preferred provider’ status and will be offered, via a call-off arrangement, care packages and short breaks purchased by the Council across the authority’s entire administrative area. The remaining two (2) providers will be awarded an ‘approved provider’ status and they will be offered, via a call-off arrangement, care packages and short breaks purchased by the Council across the authority’s entire administrative area in the event the preferred providers are unable to deliver them.
The call-off contracts will not be subject to a TUPE transfer.
The Council reserves the right to enter into the whole or part of this Framework Agreement, both in terms of the scale and scope of the Framework Agreement.
The publication of this Contract Notice and the Invitation to Tender (‘ITT’) Pack in no way commit the Council to award any contract pursuant to any tender process. More specifically, the Council reserves the right to:
— Cancel, postpone, suspend or abort the selection and evaluation process at any stage or this procurement in its entirety; and
— Amend the terms, conditions and/or requirements.
No business whatsoever is guaranteed under any resulting contract and there is no guarantee that any contract will be put in place in relation to this notice.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The Framework Agreement may be extended for any period or periods of up to one (1) year by mutual agreement of the Parties.
II.2.13)Information about European Union funds
II.2.14)Additional information
The procurement will be undertaken using the Council’s online secure e-tendering system and all interested organisations will need to register via the following link: https://www.delta-esourcing.com/delta/index.html
Full instructions of how to use the e-tendering system can be found on the relevant website, however in the event of any difficulties please contact the Council by emailing commercial.hub@bedford.gov.uk or alternatively by calling 01234 276420 for further assistance. In order to complete the registration process, the Council will need to contact you by phone, email or postal address and it is therefore essential that the contact details inserted on the system are accurate.
The access code to this contract opportunity will be provided once registered on the Delta e-Sourcing portal. Alternatively, it can be provided by the Commercial Hub team (please see email address below).
Interested organisations must also contact the Commercial Hub by emailing commercial.hub@bedford.gov.uk in order to ensure that the registration process and access to the tender documentation runs smoothly.
All interested organisations are required to return one (1) electronic copy of their completed responses to the Invitation to Tender document via the Council’s Delta e-Sourcing portal. Only those Tender submissions returned by the closing date and time will be deemed valid. Late submissions will not be accepted.
During the procurement process, it is compulsory for Bidders to utilise the e-tendering system as the main channel of communication and exchange of documents. In declaring an interest in this procurement process, Bidders agree to the use of this system.
The Council is conducting the procurement under the Open Procedure pursuant to the Public Contracts Regulations 2015 (‘the Regulations’). For the avoidance of any doubt, the services to be procured fall within Part 2 (Rules Implementing the Public Contracts Directive), Chapter 3 (Particular Procurement Regimes), Section 7 (Social and Other Specific Services) of the Regulations.
II.2.1)Title:
Lot 4 — Children’s Domiciliary Care Services and Short Breaks
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Bedfordshire CC.
II.2.4)Description of the procurement:
The Council is seeking to enter into a framework agreement with a number of suitably qualified organisations for the provision of domiciliary care services for adults and children and short break services for children. More specifically, the Council is seeking to commission general domiciliary care services to vulnerable adults, which will be delivered across three (3) separate geographical zones within the Council’s administrative area. The Council is also seeking to commission domiciliary care services and short breaks for children and young people, which will be delivered across the Council’s entire administrative area.
Existing care packages are outside the scope of the Framework Agreement and will therefore not automatically transfer from 1 provider to another.
Providers can only bid for up to two (2) of Lots 1, 2 and 3. There is no restriction on Lot 4. For example, a provider can bid for Lots 1 and 3 or they can bid for Lots 1, 3 and 4. However, no provider can bid for all four (4) Lots.
For each 1 of Lots 1, 2 and 3, a total of four (4) providers will be selected to enter into the Framework Agreement. The top two (2) ranking Bidders in each Lot will be awarded a ‘preferred provider’ status and will be offered, via a call-off arrangement, care packages purchased by the Council in the geographical zone or zones within which they have been successful. The remaining two (2) providers within each 1 of Lots 1, 2 and 3 will be awarded an ‘approved provider’ status and they will be offered, via a call-off arrangement, care packages purchased by the Council in the geographical zone or zones within which they have been successful in the event the preferred providers are unable to deliver them.
For Lot 4, a total of four (4) providers will be selected to enter into the Framework Agreement. The top two (2) ranking Bidders will be awarded a ‘preferred provider’ status and will be offered, via a call-off arrangement, care packages and short breaks purchased by the Council across the authority’s entire administrative area. The remaining two (2) providers will be awarded an ‘approved provider’ status and they will be offered, via a call-off arrangement, care packages and short breaks purchased by the Council across the authority’s entire administrative area in the event the preferred providers are unable to deliver them.
The call-off contracts will not be subject to a TUPE transfer.
The Council reserves the right to enter into the whole or part of this Framework Agreement, both in terms of the scale and scope of the Framework Agreement.
The publication of this Contract Notice and the Invitation to Tender (‘ITT’) Pack in no way commit the Council to award any contract pursuant to any tender process. More specifically, the Council reserves the right to:
— Cancel, postpone, suspend or abort the selection and evaluation process at any stage or this procurement in its entirety; and
— Amend the terms, conditions and/or requirements.
No business whatsoever is guaranteed under any resulting contract and there is no guarantee that any contract will be put in place in relation to this notice.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The Framework Agreement may be extended for any period or periods of up to one (1) year by mutual agreement of the Parties.
II.2.13)Information about European Union funds
II.2.14)Additional information
The procurement will be undertaken using the Council’s online secure e-tendering system and all interested organisations will need to register via the following link: https://www.delta-esourcing.com/delta/index.html
Full instructions of how to use the e-tendering system can be found on the relevant website, however in the event of any difficulties please contact the Council by emailing commercial.hub@bedford.gov.uk or alternatively by calling 01234 276420 for further assistance. In order to complete the registration process, the Council will need to contact you by phone, email or postal address and it is therefore essential that the contact details inserted on the system are accurate.
The access code to this contract opportunity will be provided once registered on the Delta e-Sourcing portal. Alternatively, it can be provided by the Commercial Hub team (please see email address below).
Interested organisations must also contact the Commercial Hub by emailing commercial.hub@bedford.gov.uk in order to ensure that the registration process and access to the tender documentation runs smoothly.
All interested organisations are required to return one (1) electronic copy of their completed responses to the Invitation to Tender document via the Council’s Delta e-Sourcing portal. Only those Tender submissions returned by the closing date and time will be deemed valid. Late submissions will not be accepted.
During the procurement process, it is compulsory for Bidders to utilise the e-tendering system as the main channel of communication and exchange of documents. In declaring an interest in this procurement process, Bidders agree to the use of this system.
The Council is conducting the procurement under the Open Procedure pursuant to the Public Contracts Regulations 2015 (‘the Regulations’). For the avoidance of any doubt, the services to be procured fall within Part 2 (Rules Implementing the Public Contracts Directive), Chapter 3 (Particular Procurement Regimes), Section 7 (Social and Other Specific Services) of the Regulations.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Please refer to the Invitation to Tender (‘ITT’) Document issued to interested organisations. Minimum level(s) of standards required will also be set out in the ITT.
III.1.2)Economic and financial standing
Please refer to the Invitation to Tender (‘ITT’) Document issued to interested organisations. Minimum level(s) of standards required will also be set out in the ITT.
Please refer to the Invitation to Tender (‘ITT’) Document issued to interested organisations. Minimum level(s) of standards required will also be set out in the ITT.
III.1.3)Technical and professional ability
Please refer to the Invitation to Tender (‘ITT’) Document issued to interested organisations. Minimum level(s) of standards required will also be set out in the ITT.
Please refer to the Invitation to Tender (‘ITT’) Document issued to interested organisations. Minimum level(s) of standards required will also be set out in the ITT.
III.2.2)Contract performance conditions:
Please refer to the Invitation to Tender (‘ITT’) Document issued to interested organisations. Minimum level(s) of standards required will also be set out in the ITT.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Bedford.
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Bedford:-Social-work-and-related-services./49WU24FU59
To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/49WU24FU59
GO Reference: GO-2016427-PRO-8125991.
VI.4.1)Review body
Borough Hall, Cauldwell Street
Bedford
MK42 9AP
UNITED KINGDOM
Telephone: +44 1234228420
VI.4.2)Body responsible for mediation procedures
Borough Hall, Cauldwell Street
Bedford
MK42 9AP
UNITED KINGDOM
Telephone: +44 1234228420
VI.4.3)Review procedure
In accordance with Regulation 76 (Principles of Awarding Contracts) and Regulation 91 (Enforcement of Duties Through The Court) of the UK Public Contracts Regulations 2015.
VI.4.4)Service from which information about the review procedure may be obtained
Borough Hall, Cauldwell Street
Bedford
MK42 9AP
UNITED KINGDOM
Telephone: +44 1234228420
VI.5)Date of dispatch of this notice:
Related Posts
Home Based Breaks for Carers Surrey
Tender for Carers and Young Carers Support Services