Essex Independent Living Developer Provider Framework
A framework of suitably qualified and experienced organisations, or consortia of organisations (the Providers), who it can work with to extend the development of extra care housing schemes across the County.
United Kingdom-Chelmsford: Construction work
2016/S 151-273199
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
County Hall, Market Road, Essex
Chelmsford
CM1 1JZ
United Kingdom
Contact person: Simon Evans: simon.evans@essex.gov.uk
Telephone: +44 03330136315
E-mail: email2workspace-prod+ECC+WS710952472+xonh@ansmtp.ariba.com
NUTS code: UKH33
Internet address(es):Main address: www.essex.gov.uk
Address of the buyer profile: http://www.essex.gov.uk/Business-Partners/Supplying-Council/Pages/default.aspx
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Essex Independent Living Developer Provider Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Council is seeking to establish a framework of suitably qualified and experienced organisations, or consortia of organisations (the Providers), who it can work with to extend the development of extra care housing schemes across the County. The framework will allow the Council to commission extra care housing developments and associated services through a single end to end process in which the Providers will provide the capacity and ability to design, build, finance, operate and maintain schemes that are developed. The extra care housing will provide safe and secure housing for people aged 55 or older with a care and/or support need or 18 to 55 with a learning and/or physical disability who require varying levels of care and support to enable them to live independently in a home environment.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This contract is no guarantee of placement by the service user. Placements will be down to the service user’s individual choice. It is the view of the partnership that we would be seeking a small number of prime suppliers who would either deliver the requirements themselves or sub contract these services to small to medium enterprise organisations, wherever possible supporting the economic growth of their geographical area.
This framework will be available for use by Essex County Council (ECC) and the following Contracting Authorities:
Basildon Council;
Braintree District Council;
Brentwood Borough Council;
Castle Point Borough Council;
Chelmsford City Council;
Colchester Borough Council;
Epping Forest District Council;
Harlow Council;
Maldon District Council;
Rochford District Council;
Tendring District Council;
Uttlesford District Council;
NHS Property Services Ltd;
Basildon and Thurrock University Hospitals NHS Foundation Trust;
Colchester Hospital University NHS Foundation Trust;
Mid Essex Hospitals Services NHS Trust;
North Essex University Partnership NHS Foundation Trust;
South Essex University Partnership NHS Foundation Trust;
Southend University Hospital NHS Foundation Trust.
The Supplier Portal will be used throughout the procurement process and all communications with ECC relating to this procurement exercise must be via the Supplier Portal.
The PQQ will be available via the Supplier Portal from the 1.8.2016. The Supplier Portal has instructions on how to use the system and access the information as well as a help desk to assist Bidders.
Bidders must contact ECC to request to be invited to participate in this procurement by following these instructions:
1. Send an email with your organisation name in the subject title field to: email2workspace-prod+ECC+WS710952472+xonh@ansmtp.ariba.com asking to be invited to the event, and providing your contact name and Supplier ID/User ANID from your Ariba registration details.
2. If you have more than 1 registered user who you want invited to the event, provide the name(s) of each registered user in your request as it may not be possible to include additional users at a later stage.
If you do not know if your organisation is already registered on Ariba, contact the help desk on 0800 358 3556 to check this 1st.
If your organisation is registered, ask for the details of the Account User Administration Manager then contact that person to be added to your organisation’s registered users.
If your organisation is not registered, follow the guide to create a new record.
If you are not registered in Ariba at all go to: http://ecc.supplier.ariba.com/ad/register/SSOActions?type=full
And follow the instructions to register, and then follow steps 1 and 2 above (Please Note: 35 % completion (i.e. mandatory fields only: organisation/user details, commodity, sales territory) is the minimum required for your Ariba cloud registration, you do not need to reach 100 % completion).
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This contract will be a 7 year term contract and may be subject to renewal at the end of the relevant period.
II.2.9)Information about the limits on the number of candidates to be invited
The top 10 scoring organisations at the 1st stage will go through to the 2nd stage, if the number of bidders at the 10 mark is higher than 10 then all will be will be invited to the 2nd stage, also the council reserve the right to increase the number of bidder invited to ITT if there is likelihood that any lots does not have enough potential bidders, therefore this number may increase.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
All payments will be made electronically.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
In accordance with Article 47 of Directive 2004/18/EC of the European Parliament and of the Council and Regulation 24 of the Public Contracts Regulations 2006 and as set out in the PQQ which is available to bidders at the web address and portal address shown in Section I) All bidders will need to submit their financial accounts, suppliers who are deemed to be high risk will be required to either provide a bond or a parent company guarantee. As set out in the PQQ which is available to bidders at the web address and portal address shown in Section I)
In accordance with Article 47 of Directive 2004/18/EC of the European Parliament and of the Council and Regulation 24 of the Public Contracts Regulations 2006 and as set out in the PQQ which is available to bidders at the web address and portal address shown in Section I) All bidders will need to submit their financial accounts, suppliers who are deemed to be high risk will be required to either provide a bond or a parent company guarantee.
III.1.3)Technical and professional ability
Bidders will need to be registered with the Care Quality Commission for the delivery of care services. As set out in the PQQ which is available to bidders at the web address and portal address shown in Section I)
Bidders will need to be registered with the Care Quality Commission for the delivery of care services.
III.2.1)Information about a particular profession
Bidders will need to be registered with the Care Quality Commission for the delivery of care services.
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.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
72 months.
VI.2)Information about electronic workflows
VI.3)Additional information:
Justification for a framework agreement, the duration of which exceeds 4 years: Due to the nature of the work involved in the services specified, any call-off contracts under the framework would likely be of a substantial duration and would require substantial investment by the provider in order to deliver, with return on investment being beyond the contract duration. It is important that the Framework duration is proportionate to this investment effort, delivery time-scale and recognises the period of investment.
The Council recognises that the investment from the provider and time-scales will be substantial. This may translate into longer further competition processes as well as actual delivery time-scales. The Council wishes to offer a framework duration which addresses these factors and provide framework providers with sufficient time to undertake appropriate preparatory work prior to being awarded specific projects.
The nature of the work also requires the development of strategic partnerships with the providers on the Framework to ensure the delivery of suitable and sustainable solutions and services. The Council wishes to minimise disruption to people in receipt of care services as a result of opportunities delivered through the framework. To achieve this, the service requires a long lead in and appropriate consultation and planning undertaken with service users, families and the community as a whole.
Taking these factors into account, it is the Council’s view that overall active engagement with suitable providers and regular further competitions for individual contracts will enhance, as opposed to distort, competition.
On this basis, the Framework will have a duration of 7 years.
Range: between 0 and 850 000 000 GBP.
Frequency and value of the contracts to be awarded: The Council is unable to give any guarantee as to the number and value of developments to be delivered through the Framework. The Council anticipates that it will utilise the Framework to deliver a minimum of 9 and up to a maximum of 30 extra care schemes with an estimated value between 194 000 000 GBP and 647 000 000 GBP. The Council will also encourage and support bids to the Homes and Communities Agency for grant funding to support proposed developments and may consider applying for Homes and Communities Agency Grant funding to support developments in its own right.
An indicative procurement timetable is set out in the PQQ. ECC reserves the right to amend time-scales, and change the evaluation criteria if there are genuine omissions or mistakes. ECC also reserve the right to reduce the number of bidders selected to be invited to tender in the event that minimum standards and/or thresholds set out in the PQQ or Evaluation Methodology document are not met.
The figures stated are an estimate of the potential value of all contracts that may be entered in to by ECC and the other organisations named as able to contract with the successful bidder during the contract period.
ECC reserves the right to cancel the procurement exercise and/or not to award all or part of a contract. ECC will not be responsible for any costs incurred by potential suppliers (or any other person participating in the process) in relation to this procurement exercise including if the procurement exercise is cancelled. Suppliers are advised that ECC is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR). If a supplier considers that any of the information supplied as part of this procurement exercise should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, it must, when providing this information, clearly identify the specific information it does not wish to be disclosed and clearly specify the reasons for its sensitivity.
VI.4.1)Review body
The Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476000
VI.5)Date of dispatch of this notice:
Related Posts
Civic Halls Refurbishment Work Wolverhampton
Building Construction Works for St George’s Concert Hall, Bradford
Hylton Castle Refurbishment Works Sunderland
Library Fit-Out Contract London