Isle of Anglesey County Council Domiciliary Care Services Tender
There will be 3 contracts awarded, 1 contract for each patch. Providers will be able to submit a bid for the 3 patches but will only be awarded 1 patch.
United Kingdom-Anglesey: Health and social work services
2017/S 134-274769
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Isle of Anglesey County Council, Council Offices, Llangefni
Anglesey
LL77 7TW
United Kingdom
Telephone: +44 1248751813
E-mail: elinwilliams@ynysmon.gov.uk
NUTS code: UKL11Internet address(es):Main address: www.anglesey.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0369
I.1)Name and addresses
Ysbyty Gwynedd, Penrhosgarnedd
Bangor
LL57 2PW
United Kingdom
Contact person: Sharon Torr
Telephone: +44 1248385330
E-mail: sharon.torr@wales.nhs.uk
NUTS code: UKL12Internet address(es):Main address: http://www.wales.nhs.uk/
I.2)Joint procurement
Isle of Anglesey County Council
Betsi Cadwaladr University Health Board.
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
The Provision of Domiciliary Care Services on Anglesey.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Tender for the Re-modelling of Domiciliary Care Service on Anglesey.
Joint Tender between the Isle of Anglesey County Council and Betsi Cadwaladr University Health Board (The Authorities). For the purpose of this document, both parties will also be referred to as ‘Commissioners’.
Please see Specification Document for further information.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Patch 2
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The contracts are based on delivering domiciliary care and Continuing Health Care (CHC). This also includes Extra Care Housing domiciliary care in Patch 1 and in Patch 2.
The Island is going to be split into 3 geographical patches. The areas are based on the Model Môn existing 6 areas with 2 areas of Model Môn being combined into 1 area, making a total of 3 areas in the new contract. All 3 patches have a mixture of urban and rural areas.
The tender has been split into 3 lots as follows:
Lot 1 — Patch 1
Lot 2 — Patch 2
Lot 3 — Patch 3
There will be 3 contracts awarded, 1 contract for each patch. Providers will be able to submit a bid for the 3 patches but will only be awarded 1 patch. Providers will need to rank their submissions in order of preference. There will be only 1 provider working in each patch. The successful provider will be responsible for all Care Packages within their allocated patch. Providers are welcome to create consortiums and bid together for the patches, but supplier collusion will not be permitted.
The provider will need to submit one response to the technical questionnaire but if submitting bids for more than one patch, the commercial envelope will need to be completed separately for each patch.
See specification document for more information.
This procurement exercise will be conducted in accordance with the Light Touch Regime of the Public Contract Regulations 2015 (PCR 2015).
The procurement process to be used is the ‘Competitive Procedure with Negotiation’. The Authority reserves the right to negotiate. The Authorities also have the right to accept the initial bid and may not enter into a separate negotiation stage before asking for best or final offers.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Authorities propose to enter into a 3 Year contract with the option to extend for a further 3 year(s), on the basis 1 + 1 + 1.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Patch 3
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The contracts are based on delivering domiciliary care and Continuing Health Care (CHC). This also includes Extra Care Housing domiciliary care in Patch 1 and in Patch 2.
The Island is going to be split into 3 geographical patches. The areas are based on the Model Môn existing 6 areas with 2 areas of Model Môn being combined into 1 area, making a total of 3 areas in the new contract. All 3 patches have a mixture of urban and rural areas.
The tender has been split into 3 lots as follows:
Lot 1 — Patch 1
Lot 2 — Patch 2
Lot 3 — Patch 3
There will be 3 contracts awarded, 1 contract for each patch. Providers will be able to submit a bid for the 3 patches but will only be awarded 1 patch. Providers will need to rank their submissions in order of preference. There will be only 1 provider working in each patch. The successful provider will be responsible for all Care Packages within their allocated patch. Providers are welcome to create consortiums and bid together for the patches, but supplier collusion will not be permitted.
The provider will need to submit one response to the technical questionnaire but if submitting bids for more than one patch, the commercial envelope will need to be completed separately for each patch.
See specification document for more information.
This procurement exercise will be conducted in accordance with the Light Touch Regime of the Public Contract Regulations 2015 (PCR 2015).
The procurement process to be used is the ‘Competitive Procedure with Negotiation’. The Authority reserves the right to negotiate. The Authorities also have the right to accept the initial bid and may not enter into a separate negotiation stage before asking for best or final offers.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Authorities propose to enter into a 3 Year contract with the option to extend for a further 3 year(s), on the basis 1 + 1 + 1.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Patch 1
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Anglesey.
II.2.4)Description of the procurement:
The contracts are based on delivering domiciliary care and Continuing Health Care (CHC). This also includes Extra Care Housing domiciliary care in Patch 1 and in Patch 2.
The Island is going to be split into 3 geographical patches. The areas are based on the Model Môn existing 6 areas with 2 areas of Model Môn being combined into 1 area, making a total of 3 areas in the new contract. All 3 patches have a mixture of urban and rural areas.
The tender has been split into 3 lots as follows:
Lot 1 — Patch 1
Lot 2 — Patch 2
Lot 3 — Patch 3
There will be 3 contracts awarded, 1 contract for each patch. Providers will be able to submit a bid for the 3 patches but will only be awarded 1 patch. Providers will need to rank their submissions in order of preference. There will be only 1 provider working in each patch. The successful provider will be responsible for all Care Packages within their allocated patch. Providers are welcome to create consortiums and bid together for the patches, but supplier collusion will not be permitted.
The provider will need to submit one response to the technical questionnaire but if submitting bids for more than one patch, the commercial envelope will need to be completed separately for each patch.
See specification document for more information.
This procurement exercise will be conducted in accordance with the Light Touch Regime of the Public Contract Regulations 2015 (PCR 2015).
The procurement process to be used is the ‘Competitive Procedure with Negotiation’. The Authority reserves the right to negotiate. The Authorities also have the right to accept the initial bid and may not enter into a separate negotiation stage before asking for best or final offers.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Authorities propose to enter into a 3 Year contract with the option to extend for a further 3 year(s), on the basis 1 + 1 + 1.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
See additional documents within the tender and contract documentations.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.5)Information about negotiation
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:
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=69058.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
The Isle of Anglesey is committed to maximising Community Benefits from procurement activity. This will be achieved through the inclusion of specific clauses within procurement contracts known as Community Benefits clauses.
Community Benefits clauses are requirements which deliver wider benefits in addition to the core purpose of a contract. These clauses can be used to build a range of economic, social or environmental conditions into the delivery of council contracts.
Community Benefits clauses have, to date, been predominantly utilised in works contracts, however the revised Community Benefits Policy will ensure that Community Benefits are considered and included in all relevant contracts — including works, goods & services contracts.
The Community Benefits Policy will seek to:
— Support delivery of key council priorities
— Consider the inclusion of Community Benefits in all relevant procurement activities and maximise outcomes through the use of Voluntary Community Benefits
— Increase the Community Benefits outcomes generated through the inclusion of Community Benefits clauses within services and goods contracts
— Expand the types of Community Benefits outcomes generated
— Maximise the promotion of Community Benefits outcomes
(WA Ref:69058)
The buyer considers that this contract is suitable for consortia.
VI.4.1)Review body
Isle of Anglesey County Council, Council Offices, Llangefni
Anglesey.
LL77 7TW
United Kingdom
Telephone: +44 1248750057Internet address:www.anglesey.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Fast Track Home Care Service Tender
Tender for Care and Support Service Within Extra Care
National Kinship Care Service Tender
Nursing Care Homes and Domiciliary Care Tender Norfolk
Swindon Council Domiciliary Care Services Tender