Support at Home Contracts Hertfordshire
Lot 1 – Broxbourne 1; Lot 2 – Broxbourne 2; Lot 3 – Welhat 1;
Lot 4 – Welhat 2.
United Kingdom-Hertford: Health and social work services
2017/S 090-178906
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Hertfordshire County Council
Pegs Lane
Contact point(s): Strategic Procurement Group
For the attention of: Zoe Upson
SG13 8DE Hertford
United Kingdom
Telephone: +44 01707292463
E-mail: zoe.upson@hertfordshire.gov.uk
Internet address(es):
General address of the contracting authority: www.hertfordshire.gov.uk
Address of the buyer profile: www.supplyhertfordshire.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 25: Health and social services
NUTS code UKH23
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Lot 1 — Broxbourne 1;
Lot 2 — Broxbourne 2;
Lot 3 — Welhat 1;
Lot 4 — Welhat 2.
Lead Providers are responsible for ensuring the delivery of Support at Home services for people over the age of 18 with Health and Social Care needs. This will predominantly be older people and those with a physical disability, but could include people with a Learning Disability and Mental Health Problems. Lead Providers will ensure that support plans for Service Users are person centred and developed with achievable outcomes, which can be delivered effectively. Lead Providers will ensure that Services delivered are innovative and creative both in terms of direct delivery and the use of community resources.
Lead Providers must consult with the community of Service Users, potential Service Users and other key stakeholders to develop a thorough understanding of the needs within the community, with Services being developed to reflect these needs.
Lead Providers should follow any statutory guidance for the provision of domiciliary care issued by the Department of Health.
Please Note The TUPE Staffing Information for this procurement has been provided along with other documentation for this procurement. TUPE related information must be treated as protected data in accordance with the requirements of the Data Protection Act 1998 and must be kept confidential. By clicking on the View Details button and accessing the documentation for this procurement, Tenderers agree:
a) To undertake to treat the information as confidential and commercially sensitive at all times and take all reasonable steps to prevent any inadvertent disclosure to any third party.
b) That under no circumstances will any of the information be disclosed by your organisation or your personnel to any third party without the Council’s prior consent in writing.
c) That the information supplied will be stored securely and destroyed or returned to the Council, after your Organisation’s bid has been submitted or you decide not to proceed with a tender submission.
d) That you will indemnify the Council for any losses, arising from your breach or breach by any of your personnel of these confidentiality requirements specified above and data protection requirements in relation to TUPE Staffing Information.
e) The requirements above apply whether the supplier uploads a tender response to this procurement or not.
This procurement is an Open (one stage process). Suppliers wishing to take part in this project are invited to ‘express interest’ which will give access to the full procurement documents in the e-tendering system.
To be considered as a Bidder you must complete and submit a Bid by the deadline of 12:0 Noon on 6.6.2017
Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above.
Please allow sufficient time to make your return as late returns will not be permitted by the system.
II.1.6)Common procurement vocabulary (CPV)
85000000, 85100000, 85300000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Please note that the Contract requirements will be subject to available financial resources, provider performance and flexibility to meet changing demands.
Estimated value excluding VAT: 14 000 000 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Broxbourne 1
1)Short description
2)Common procurement vocabulary (CPV)
85000000
Lot No: 2 Lot title: Broxbourne 2
1)Short description
2)Common procurement vocabulary (CPV)
85000000
Lot No: 3 Lot title: Wel/Hat 1
1)Short description
2)Common procurement vocabulary (CPV)
85000000
Lot No: 4 Lot title: Wel/Hat 2
1)Short description
2)Common procurement vocabulary (CPV)
85000000
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Please refer to the tender documentation.
III.2.3)Technical capacity
Please refer to the tender documentation.
Minimum level(s) of standards possibly required:
Please refer to the tender documentation.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Please Note: Hertfordshire County Council has worked closely with its Districts and Partners to create a joint procurement portal called Supply Hertfordshire. This portal provides an eTendering system which is run by In-Tend.
To access this procurement opportunity please visit www.supplyhertfordshire.uk and follow the on-screen guidance.
Open Procedure
This is a one stage procurement process. Therefore, if you wish to be considered as a tenderer you must complete and submit a tender by the Closing date and time. Tenders cannot be uploaded after the closing date/time.
Any clarifications regarding this opportunity must be raised through Correspondence area in the eTendering system.
If you are experiencing problems In-Tend offer a help section which includes a dedicated UK Support Desk which can be contacted via email support@in-tend.com or telephone +44 (0)114 407 0065 for any website / technical questions. Monday to Friday 8:30 am — 17:30 pm.
The Council reserves the right at any time to cease the procurement process and not award a contract or to award only part of the opportunity described in this notice. If the Council takes up this right then they will not be responsible for, or pay the expenses or losses, which may be incurred by any tenderer as a result.
The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council’s obligations under the law, including the Freedom of Information Act 2000. If the applicant considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.
The Council reserves the right to carry out additional financial checks on all companies tendering for this Contract at any time during the procurement process, to ensure that they continue to meet the Council’s requirements and remain financially viable to perform the Contract.
The services advertised in this notice fall under the services listed in Annex XIV to Directive 2014/24/EU and the contracting authority is not obliged to follow The Public Contracts Regulations 2015 in full. The procurement process that will apply to the services will be specified in the procurement documents to be issued.
VI.4.1)Body responsible for appeal procedures
See VI.4.2
VI.5)Date of dispatch of this notice:
Related Posts
North Somerset Council Housing Related Support Contract
Lancashire County Council Mental Health Rehabilitation Services Framework
Staffordshire County Council Personalised Support and Care Framework
Tender for Housing Support Service for Older People in London
Care and Support for People with Learning Disability or Physical Disability