Family Focus Tender Cheshire
The European Union timescales are not being adhered to. This tender falls under the light touch regime.
United Kingdom-Sandbach: Health and social work services
2015/S 104-189295
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Cheshire East Borough Council
Westfields, Middlewich Road
For the attention of: Mrs Alison Oakes
CW11 1HZ Sandbach
UNITED KINGDOM
Telephone: +44 1270686582
E-mail: alison.oakes@cheshireeast.gov.uk
Further information can be obtained from: Cheshire East Borough Council
Westfields, Middlewich Road
CW11 1HZ Sandbach
UNITED KINGDOM
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Ceshire East Borough Council
Westfields, Middlewich Road
CW11 1HZ Sandbach
UNITED KINGDOM
Tenders or requests to participate must be sent to: www.the-chest.org.uk
CW11 1HZ Cheshire
UNITED KINGDOM
I.2)Type of the contracting authority
I.3)Main activity
Public order and safety
Economic and financial affairs
Health
Housing and community amenities
Social protection
Education
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 UKD2
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)
It is anticipated that commissioned service(s) will be delivered within the Locality boundaries that Cheshire East delivers its services to children in. The commission will therefore be considered as follows:
— Lot 1 — North Locality — see map at appendix 1 of the service specification.
— Lot 2 — South Locality — see map at appendix 1 of the service specification.
To be eligible for the expanded programme, each family must have at least 2 of the following 6 problems:
1. Parents or children involved in crime or anti-social behaviour.
2. Children who have not been attending school regularly.
3. Children who need help: children of all ages, who need help, are identified as in need or are subject to a Child Protection Plan.
4. Adults out of work or at risk of financial exclusion or young people at risk of worklessness.
5. Families affected by domestic violence and abuse.
6. Parents or children with a range of health problems.
Service delivery to families that meet the eligibility criteria will be across the levels of need and may need to be prioritised according to the number and type of criteria met, in which case a prioritisation matrix will be developed by Cheshire East Council. This matrix will be issued once the contract has been awarded and will refer back to the outcomes plan. Referrals to services under the Family Focus programme will be routed through the Cheshire East Consultation Service (ChECS).
In order for successful outcomes to be demonstrated there needs to be a full understanding of the families’ situation at the outset. This will be formed through completion of a robust assessment followed by a clear planning and review process.
For the avoidance of doubt, the contracting authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
II.1.6)Common procurement vocabulary (CPV)
85000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for all lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
This contract will be open for use by Cheshire East Borough Council and all Cheshire East Borough Council subsidiary and associated companies, including, but not limited to: Tatton Park Enterprises Ltd; East Cheshire Engine of the North; Ansa Environmental Services Ltd; Orbitas, Bereavement Services Ltd; Civicance Ltd, Co-Socious Ltd and Everybody Sports and Recreational Trust Ltd (Trading as Everybody Ltd), Transport Service Solutions Ltd, and any other wholly or partly owned companies created by Cheshire East Borough Council.
It is anticipated that commissioned service(s) will be delivered within the Locality boundaries that Cheshire East delivers its services to children in. The commission will therefore be considered as follows:
— Lot 1 — North Locality — see map at appendix 1 of the service specification.
— Lot 2 — South Locality — see map at appendix 1 of the service specification.
Sub-contracting of this service either fully or in part will not be allowed.
To eligible for the expanded programme, each family must have at least 2 of the following 6 problems:
1. Parents or children involved in crime or anti-social behaviour.
2. Children who have not been attending school regularly.
3. Children who need help: children of all ages, who need help, are identified as in need or are subject to a Child Protection Plan.
4. Adults out of work or at risk of financial exclusion or young people at risk of worklessness.
5. Families affected by domestic violence and abuse.
6. Parents or children with a range of health problems.
Service delivery to families that meet the eligibility criteria will be across the levels of need and may need to be prioritised according to the number and type of criteria met, in which case a prioritisation matrix will be developed by Cheshire East Council. This matrix will be issued once the contract has been awarded and will refer back to the outcomes plan. Referrals to services under the Family Focus programme will be routed through the Cheshire East Consultation Service (ChECS).
In order for successful outcomes to be demonstrated there needs to be a full understanding of the families’ situation at the outset. This will be formed through completion of a robust assessment followed by a clear planning and review process.
For the avoidance of doubt, the contracting authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
The contract value is expected to be in the region of 175 000 GBP-900 000 GBP.
Family Focus Programme April 2015 — March 2020 (in line with the national programme). The term of the current phase 2 contract is from 1.9.2015-31.3.2016 with 2 X 12 month optional extensions depending on performance, the national agenda and budget availability although the contract will begin earlier than 1.9.2015 to allow for mobilisation. 1.9.2015 is the date when the provider should be able to accept the first cases onto the programme. Base funding will be available as outlined in the specification. Cheshire East Council intend to review the programme after the first year. Should the programme continue into years 2 and 3 there will be a review carried out after year 3, after which the programme for the final two years of the national programme will be re-procured at the discretion of Cheshire East Borough Council.
Estimated value excluding VAT:
Range: between 175 000 and 900 000 GBP
II.2.2)Information about options
Description of these options: The term of the phase 2 contract is from 1.9.2015-31.3.2016 with 2 X 12 month optional extensions depending on performance, the national agenda and budget availability although the contract will begin earlier than 1.9.2015 to allow for mobilisation. 1.9.2015 is the date when the provider should be able to accept the first cases onto the programme. Cheshire East Council intend to review the programme after the first year. Should the programme continue into years 2 and 3 there will be a review carried out after year 3, after which the programme for the final two years of the national programme will be re-procured. The options and possible re-procurement after the third year will be exercised at the discretion of the Council.
Provisional timetable for recourse to these options:
in days: 0 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 0
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 36 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: North
1)Short description
2)Common procurement vocabulary (CPV)
85000000
3)Quantity or scope
This contract will be open for use by Cheshire East Borough Council and all Cheshire East Borough Council subsidiary and associated companies, including, but not limited to: Tatton Park Enterprises Ltd; East Cheshire Engine of the North; Ansa Environmental Services Ltd; Orbitas, Bereavement Services Ltd; Civicance Ltd, Co-Socious Ltd and Everybody Sports and Recreational Trust Ltd (Trading as Everybody Ltd), Transport Service Solutions Ltd, and any other wholly or partly owned companies created by Cheshire East Borough Council.
It is anticipated that commissioned service(s) will be delivered within the Locality boundaries that Cheshire East delivers its services to children in. The commission will therefore be considered as follows:
Lot 1 — North Locality — see map at appendix 1 of the service specification.
Sub-contracting of this service either fully or in part will not be allowed.
To eligible for the expanded programme, each family must have at least 2 of the following 6 problems:
1. Parents or children involved in crime or anti-social behaviour.
2. Children who have not been attending school regularly.
3. Children who need help: children of all ages, who need help, are identified as in need or are subject to a Child Protection Plan.
4. Adults out of work or at risk of financial exclusion or young people at risk of worklessness.
5. Families affected by domestic violence and abuse.
6. Parents or children with a range of health problems.
Service delivery to families that meet the eligibility criteria will be across the levels of need and may need to be prioritised according to the number and type of criteria met, in which case a prioritisation matrix will be developed by Cheshire East Council. This matrix will be issued once the contract has been awarded and will refer back to the outcomes plan. Referrals to services under the Family Focus programme will be routed through the Cheshire East Consultation Service (ChECS).
In order for successful outcomes to be demonstrated there needs to be a full understanding of the families’ situation at the outset. This will be formed through completion of a robust assessment followed by a clear planning and review process.
For the avoidance of doubt, the contracting authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
Family Focus Programme April 2015 — March 2020 (in line with the national programme). The term of the current phase 2 contract is from 1.9.2015-31.3.2016 with 2 X 12 month optional extensions depending on performance, the national agenda and budget availability although the contract will begin earlier than 1.9.2015 to allow for mobilisation. 1.9.2015 is the date when the provider should be able to accept the first cases onto the programme. Cheshire East Council intend to review the programme after the first year. Should the programme continue into years 2 and 3 there will be a review carried out after year 3, after which the programme for the final 2 years of the national programme will be re-procured at the discretion of Cheshire East Borough Council.
4)Indication about different date for duration of contract or starting/completion
Lot No: 2Lot title: South
1)Short description
2)Common procurement vocabulary (CPV)
85000000
3)Quantity or scope
This contract will be open for use by Cheshire East Borough Council and all Cheshire East Borough Council subsidiary and associated companies, including, but not limited to: Tatton Park Enterprises Ltd; East Cheshire Engine of the North; Ansa Environmental Services Ltd; Orbitas, Bereavement Services Ltd; Civicance Ltd, Co-Socious Ltd and Everybody Sports and Recreational Trust Ltd (Trading as Everybody Ltd), Transport Service Solutions Ltd, and any other wholly or partly owned companies created by Cheshire East Borough Council.
It is anticipated that commissioned service(s) will be delivered within the Locality boundaries that Cheshire East delivers its services to children in. The commission will therefore be considered as follows:
Lot 2 — South Locality — see map at appendix 1 of the service specification.
Sub-contracting of this service either fully or in part will not be allowed.
To eligible for the expanded programme, each family must have at least 2 of the following 6 problems:
1. Parents or children involved in crime or anti-social behaviour.
2. Children who have not been attending school regularly.
3. Children who need help: children of all ages, who need help, are identified as in need or are subject to a Child Protection Plan.
4. Adults out of work or at risk of financial exclusion or young people at risk of worklessness.
5. Families affected by domestic violence and abuse.
6. Parents or children with a range of health problems.
Service delivery to families that meet the eligibility criteria will be across the levels of need and may need to be prioritised according to the number and type of criteria met, in which case a prioritisation matrix will be developed by Cheshire East Council. This matrix will be issued once the contract has been awarded and will refer back to the outcomes plan. Referrals to services under the Family Focus programme will be routed through the Cheshire East Consultation Service (ChECS).
In order for successful outcomes to be demonstrated there needs to be a full understanding of the families’ situation at the outset. This will be formed through completion of a robust assessment followed by a clear planning and review process.
For the avoidance of doubt, the contracting authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
Family Focus Programme April 2015 — March 2020 (in line with the national programme). The term of the current phase 2 contract is from 1.9.2015-31.3.2016 with 2 X 12 month optional extensions depending on performance, the national agenda and budget availability although the contract will begin earlier than 1.9.2015 to allow for mobilisation. 1.9.2015 is the date when the provider should be able to accept the first cases onto the programme. Cheshire East Council intend to review the programme after the first year. Should the programme continue into years 2 and 3 there will be a review carried out after year 3, after which the programme for the final 2 years of the national programme will be re-procured at the discretion of Cheshire East Borough Council.
4)Indication about different date for duration of contract or starting/completion
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
Description of particular conditions: The requirements for minimum economic, financial and technical capacity will be included in the tender documents. 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 26.5.1997 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 10.6.1991 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 2015 for additional rejection criteria Social Value: The Council is committed to ensure wider social and community benefits are achieved in the course of all its commissioning and procurement activities. In accordance with this, suppliers are required to work with the Council towards achieving such aims.
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
Information and formalities necessary for evaluating if the requirements are met: Pre-qualification questionnaires have to be completed. Cheshire East Council reserve the right to carry out financial assessments by an Independent Financial Company. Financial checks may be undertaken for economic operators using the Councils current financial assessors n2check (www.n2check.com). Economic operators will be assessed according to the level of risk stipulated by n2check. The organisation should hold as a minimum the following insurance levels or be able to provide with their response, a written statement advising that should they be awarded the contract they will have the required levels of insurance in place for the commencement of the contract. Public Liability 5 000 000 GBP Employers Liability 10 000 000 GBP Professional Indemnity 1 000 000 GBP.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Companies will be assessed on their technical capability to carry out the contract by the completion and evaluation of a pre-qualification questionnaire. Tenderers must successfully pass all the pass/fail sections and score a minimum of 60 % within the Business Questionnaire within the ITT documents before being evaluated further. Please refer to www.the-chest.org.uk ref: 9WJE-MX24IR.
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.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)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
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: It is dependent on budget and the national agenda — estimate Jan-Mar 18.
VI.2)Information about European Union funds
VI.3)Additional information
This procurement exercise will be conducted on Cheshire East Borough Council’s electronic Contract and Tender Management System at thewww.the-chest.org.uk Organisations wishing to be considered for these contract(s) must register their expression of interest and provide additional procurement-specific information (if required) through the Contract and Tender Management System. It is the organisations responsibility to satisfy themselves that they have provided all of the required information. If you have any technical problems with The Contract and Management System please contact the help-desk on: Email: nwsupport@due-north.com telephone: +44 8452930459 If and when this requirement is offered to tender, this may be done in whole or in part via electronic means using the Contract and Tender Management System at www.the-chest.org.uk 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 procurement@cheshireeast.gov.uk
VI.4.1)Body responsible for appeal procedures
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Body responsible for mediation procedures
Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
VI.5)Date of dispatch of this notice: