Mental Health Social Inclusion and Recovery Contract
The Mental Health Social Inclusion and Recovery contract will be for the delivery of a range of mental health services to Adults within the Contract Area based on the recovery approach.
United Kingdom-Stafford: Social services
2016/S 040-065651
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Staffordshire Procurement — People
No 2 Staffordshire Place
For the attention of: Caroline Clarke
ST16 2DH Stafford
UNITED KINGDOM
Telephone: +44 1785854653
E-mail: caroline.clarke@staffordshire.gov.uk
Fax: +44 1785278286
Internet address(es):
General address of the contracting authority: www.staffordshire.gov.uk/business/procurement
Further information can be obtained from: Staffordshire Procurement
No. 2 Staffordshire Place
ST16 2DH Stafford
UNITED KINGDOM
Internet address: www.staffordshire.gov.uk/business/procurement/etendering
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Staffordshire Procurement
No. 2 Staffordshire Place
ST16 2DH Stafford
Internet address: www.staffordshire.gov.uk/business/procurement/etendering
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
The contracting authority is purchasing on behalf of other contracting authorities: yes
North Staffordshire Clinical Commissioning Group
Morston House, The Midway
ST5 1QG Newcastle-under-Lyme
UNITED KINGDOM
South East Staffordshire and Seisdon Peninsula Clinical Commissioning Group
Merlin House, Etchell Road, Bitterscote
B78 3HF Tamworth
UNITED KINGDOM
Stafford and Surrounds Clinical Commissioning Group
Staffordshire Place 2
ST16 2LP Stafford
UNITED KINGDOM
Cannock Chase Clinical Commissioning Group
Staffordshire Place 2
ST16 2LP Stafford
UNITED KINGDOM
East Staffordshire Clinical Commissioning Group
Edwin House, Second Avenue Centrum 100
DE14 2WF Burton-on-Trent
UNITED KINGDOM
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 UKG24
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)
Note: Mental Health refers to functional mental illness; these services are not targeted at people who are experiencing a dementia.
In order to achieve this model of care, there will be 3 geographical lots whereby a prime provider may be required for each of the three lots who shall develop partnerships via subcontracting arrangements with other experienced and appropriate providers that have direct contact and experience with target populations.
Important note — The participation and process for this tender will be via the electronic tendering portal located at www.staffordshire.alito.co.ukPlease ensure you also refer to section VI.3 of this notice.
All requests for information to be sent through the electronic tendering portal and messaging facility on the Proactis electronic tendering system. How to register:
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 tocommissioning.team@staffordshire.gov.uk
II.1.6)Common procurement vocabulary (CPV)
85320000, 85312100, 98000000
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:
Range: between 5 000 000 and 5 700 000 GBP
II.2.2)Information about options
Description of these options: The initial period is 1.10.2016 to 30.9.2019 (with 1 x 12 month options to extend — therefore options maybe taken up for the period 1.10.2019 to 30.9.2020). The options will be exercised at the discretion of the County Council.
II.2.3)Information about renewals
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 48 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: (A) Staffs Moorlands District Council and Newcastle Borough Council Area
1)Short description
2)Common procurement vocabulary (CPV)
85320000, 85312100, 98000000
3)Quantity or scope
Lot No: 2 Lot title: (B) Stafford Borough Council, Cannock Chase District Council, South Staffs Council District Area
1)Short description
2)Common procurement vocabulary (CPV)
85320000, 85312100, 98000000
3)Quantity or scope
Lot No: 3 Lot title: (C) Lichfield District Council and Tamworth Borough Council and East Staffs Borough Council area
1)Short description
2)Common procurement vocabulary (CPV)
85320000, 85312100, 98000000
3)Quantity or scope
Section III: Legal, economic, financial and technical information
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 (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 57 of the Public Procurement Regulations 2015.
III.2.2)Economic and financial ability
Financial checks will be undertaken for economic operators using one or more of the Councils current
financial assessors; n2check (www.n2check.com),
Dun and Bradstreet (www.dnb.co.uk), Experian
(www.experian.co.uk). Economic operators will be assessed according to the level of risk stipulated by the financial assessors used.
Note:
1. It is the responsibility of the economic operator to
ensure that the appropriate accounts have been filed
and that the credit information held is correct.
2.Should economic operators wish other financial information to be taken into account to support the
economic and financial check this should be submitted with the response to the ITT. SCC
reserves the right to request further financial information and to take this into account where necessary in addition to the level of risk stipulated by the financial assessors.
3. For sole traders/partnerships where third party financial assessments are not available the
assessment will be undertaken using a financial spreadsheet detailing trading account data for the last three years.
The organisation should hold valid insurance as required by the contract, or 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.
The County Council may request from time to time a Parent Company Guarantee/Bond/ equivalent.
Minimum level(s) of standards possibly required: Financial checks
Any economic operator
being given an above average/higher than
Average risk rating or poorer, by one or more of the assessors used, may be rejected
Insurance Levels
Public Liability 5 000 000 GBP
Employers Liability 5 000 000 GBP
Professional Indemnity 2 000 000 GBP
Failure to achieve or agree to this may lead to disqualification.
III.2.3)Technical capacity
The requirements for minimum economic, financial and technical capacity will be included in the tender documentation.
Minimum level(s) of standards possibly required:
Compliance with Public Procurement Regulations 2015. Scored criteria and pass/fail requirements as detailed below:
Eligibility of organisation — fail on unlawful actions. Economic and financial standing — fail on above average risk rating or poorer on financial checks. Technical ability — fail if questions not answered in full. Unable to provide references.
Health and safety policy — fail if no policy in place. Fail if no access to professional health and safety advice.
Insurance certification: fail if unable to meet minimum insurance levels
DBS requirements. Fail if unable to meet DBS requirements.
References: fail if no references or evidence supplied.
Equal opportunities: fail if no policy in place.
Safeguarding: fail if no policy in place.
Business continuity: fail if no written policy/plan in place.
The above pass/fail criteria (see ITT documentation for further details) is also in addition to scored criteria presented in the ITT questionnaire documents.
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.1.3)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.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2016/S 013-018707 of 20.1.2016
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
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: February 2020.
VI.2)Information about European Union funds
VI.3)Additional information
This is an electronic tender. All requests for information to be sent through the electronic tendering portal and messaging facility on the Proactis electronic tendering system. How to register:
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 tocommissioning.team@staffordshire.gov.uk
VI.4.1)Body responsible for appeal procedures
Staffordshire Procurement — People
No. 2 Staffordshire Place
ST16 2DH Stafford
UNITED KINGDOM
Body responsible for mediation procedures
Staffordshire Procurement — People
No. 2 Staffordshire Place
ST16 2DH Stafford
UNITED KINGDOM
Internet address: www.staffordshire.gov.uk/business/procurement
VI.4.2)Lodging of appeals
tenderers.
The award decision process will specify the criteria for the award of the contract/framework agreement, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender; and will specify when the standstill period is expected to end or the date before which the Contracting Authority will not conclude the contract/framework agreement.
If an appeal regarding the award of a contract/framework agreement has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
Any such action must be brought promptly (generally within 3 months).
The Court may order the setting aside of the award decision or may order the
Contracting Authority to amend any document and may award damages.
If an agreement has been entered into the Court may make a declaration of ineffectiveness or may order
that the duration of any relevant specific contract be shortened and additionally may award damages.
The time limit for seeking such a declaration is generally 30 days from notification of the award (either by award decision notification or contract award notice depending upon the circumstances) or otherwise 6 months.
VI.4.3)Service from which information about the lodging of appeals may be obtained
Staffordshire Procurement
No. 2 Staffordshire Place
ST16 2DH Stafford
UNITED KINGDOM
Internet address: www.staffordshire.gov.uk/business/procurement
VI.5)Date of dispatch of this notice: