Centres of Excellence for Dementia Care and Ageing Well
The aim of the project is to provide registered care across the Staffordshire region, for people suffering from a range of age related conditions, including dementia.
UK-Stafford: Social work services with accommodation
2013/S 010-012608
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Staffordshire County Council
Staffordshire Procurement, Finance and Resources, Wedgewood Building, Tipping Street
For the attention of: Rosie O’Doherty
ST16 2DH Stafford
UNITED KINGDOM
Telephone: +44 1785854650
E-mail: rosie.odoherty@staffordshire.gov.uk
Fax: +44 1785854660
Internet address(es):
General address of the contracting authority: www.staffordshire.gov.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)
Health
Housing and community amenities
Section II: Object of the contract
Service category No 25: Health and social services
NUTS code UKG2
The aim of the project is to provide registered care across the Staffordshire region, for people suffering from a range of age related conditions, including dementia. This care must meet the current and future needs of the people of Staffordshire, taking into account the increasing demographic pressure in the region and rise in degenerative illnesses, including dementia.
The County Council is looking to deliver a single county-wide solution, incorporating the transfer of three existing facilities and the development of around seven new CoE facilities.
The objective of the tender process is to appoint a provider or providers to design, build, and have the responsibility to manage and operate the new CoE facilities, and to operate the three existing facilities to closure, with a view to transferring existing services users into the new facilities.
It should be noted that during the Competitive Dialogue process, the County Council will seek innovative solutions to any contract for services, this will include recognition that:
there is a requirement to provide continuity of care for residents receiving services within the existing three homes in the future, people will be in receipt of direct payments, and will pay care fees direct to the service provider, rather than the County Council. This means the County Council may not require a traditional service contract for a fixed number of beds for residents.
The County Councils investment beyond the requirement to provide direct payments to potential residents will be limited, and the successful delivery of the project will be reliant upon the appointed bidder(s) providing investment for the required services.
The County Councils preference is to contract with one lead provider, but would be prepared to contract with up to two providers, if it there were sufficient justification for doing so. It should be noted that contracting with up to two lead providers would not exclude consortiums or partnerships from the bidding process. The resources, range and depth of skills needed to provide the required services to the County Council are such that providers may need to collaborate to form a partnership or consortium in order to ensure the delivery of the project.
The CoE will provide a range of care services for residents suffering from differing levels of degenerative illnesses and other conditions, to ensure they have access to appropriate care as demand for services increase. In addition to care services, the contract may include associated or interdependent services, which could compliment or secure long term provision and viability of services for Staffordshire.
The focus of the project is on allowing people to maintain their independence and have choice and control over their lives, ensuring they are able to live a fulfilling life given their individual health circumstances.
The CoE will ensure a better quality of life for those that require specialist support services and will support a holistic care pathway, with residents having flexible access to care as their needs increase from initial diagnosis to end of life. They are intended to provide a range of services that reflect the progressive changes associated with a dementia related illness including assessment facilities, respite services, early onset, non challenging social care, extra care, challenging nursing care, complex mental health needs and specialist nursing and palliative care.
This will enable choice, control and dignity for the people who access services and a reduction in requirement for people to move to residential or nursing care in the later stages of dementia.
The CoE will give residents access to best in class building design, environmental factors, security and safeguarding and assistive technology. In addition to these factors, we envision the CoE will provide various well being and leisure facilities, such as hairdressers, restaurant/cafe, shops, gardens, gyms, educational courses etc. Overall the CoE should provide a safe, welcoming, stimulating and homely community environment for all residents.
85311000, 45215100, 45215210, 45215200, 85311100, 85144100, 85144000, 85140000
However, the number of facilities to be built, the delivery model and the contract term is to be established via the Competitive Dialogue process, therefore the County Council wishes to allow for the maximum amount of flexibility in relation to the total quantity and scope of the contract.
It should be noted that during the Competitive Dialogue process, the County Council will seek innovative solutions to any contract for services, this will include recognition that:
there is a requirement to provide continuity of care for residents receiving services within the existing three homes in the future, people will be in receipt of direct payments, and will pay care fees direct to the service provider, rather than the County Council. This means the County Council may not require a traditional service contract for a fixed number of beds for residents.
The County Councils investment beyond the requirement to provide direct payments to potential residents will be limited, and the successful delivery of the project will be reliant upon the appointed bidder(s) providing investment for the required services.
Estimated value excluding VAT:
Range: between 100 000 000 and 350 000 000 GBP
Description of these options: A contract term of 15 years, with the option to extend for a further 10 years (at the discretion of the County Council and in agreement with the successful economic operator) is suggested. However, the actual term of the contract is to be agreed between Staffordshire County Council and the successful economic operator via the Competitive Dialogue process.
The indicative number of CoE required is seven, however, the actual number to be built will be dependent on the outcome of the Competitive Dialogue process, which may result in the provision of more or fewer new facilities.
The County Council is flexible in its offer to support the market place in order to achieve the required project outcomes. For example, the County Council can:
— Provide land and sites, either on a lease basis or capital transfer;
— Consider alternative sites that providers may have access to;
— Provide access to finance to support investment.
Consider different contract arrangements and duration of contract.
The above list is not exhaustive, and the County Council would welcome discussion regarding the support options it is able to provide with those successful in reaching the Competitive Dialogue stage of the tender process.
Section III: Legal, economic, financial and technical information
Any tender may be rejected from a company/organisation who interalia:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1997 and Article 3(1) of Council Joint Action 98/742/JHA respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system;for the purpose of money laundering.
Please refer to Regulation no 23 of the Public Procurement Regulations 2006 (SI No 5) for additional rejection criteria (see link)
http://www.opsi.gov.uk/si/si2006/20060005.htm
The requirements for minimum economic, financial and technical capacity will be illuded in the procurement documents.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: See procurement documentation.
Prior information notice
Notice number in the OJEU: 2012/S 173-285824 of 6.9.2012
Payable documents: no
Additional information about authorised persons and opening procedure: Limited to members of Staffordshire County Council staff.
Section VI: Complementary information
1. Instructions at http://www.staffordshire.gov.uk/business/procurement/etendering/
2. Follow the link to Proactis E-Tendering (http://www.staffordshire.alito.co.uk). On the main page click SUPPLIERS then (new user) REGISTER links.
3. Complete the self-registration questions and click the Register button.
4. You will receive a confirmation e-mail with an authentication link (this email may find its way to your trash/junk email account, so please check).
5. Confirm the authentication and then login into Proactis SUPPLIERS-side.
6. Search the bulletin board for the tender(s) using key words, search criteria etc.
7. Once found, click on the (blue) contract title to register interest against an active tender.
8. Click the REGISTER button and then CONTINUE.
9. The tender will now be in the MY TENDERS profile area on the main menu.
10. Find the READ ME FIRST document and continue with managing the tender.
If you require urgent assistance regarding the initial usage of the eTendering package please contact the Contracting Authority point-of-contact in Section I.1 of this notice. On failure to reach this contact, please immediately email the nature of the difficulty to sp@staffordshire.gov.uk
Staffordshire County Council
UNITED KINGDOM
Body responsible for mediation procedures
Staffordshire County Council
UNITED KINGDOM
Staffordshire County Council
UNITED KINGDOM
VI.5)Date of dispatch of this notice:10.1.2013