Specialist Activity Base and Community Hub for York Council
This will incorporate two service elements comprising of: A Specialist Activity Base for adults with a learning disability and/or autism to access as part of their weekly activities,
United Kingdom-York: Social services
2015/S 062-109112
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
City of York Council
West Offices, Station Rise
For the attention of: Mark Woolford
YO1 6GA York
UNITED KINGDOM
Telephone: +44 1904552237
E-mail: mark.woolford@york.gov.uk
Internet address(es):
General address of the contracting authority: www.york.gov.uk
Electronic access to information: http://www.yortender.co.uk
Electronic submission of tenders and requests to participate: http://www.yortender.co.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)
I.2)Type of the contracting authority
I.3)Main activity
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
Main site or location of works, place of delivery or of performance: Burton Stone Community Centre, Evelyn Crescent, York, YO30 6DR.
NUTS code UKE21
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)
— A Specialist Activity Base for adults with a learning disability and/or autism to access as part of their weekly activities,
— A fully inclusive Community Hub for use by all.
Following a comprehensive analysis of current provision, future demographics and through consultation with current users of the service as well as Providers of current services the Council has decided to transform the current service based at Burton Stone Community Centre.
The Council’s vision for this enhanced Specialist Activity Base is one which will be able to support all adults with learning disabilities and/or autism. Individuals who access this service as part of their weekly activities may have great difficulty in communicating or could have additional sensory and physical disabilities as well as complex health needs or behaviours which may at times challenge.
The specification for the Specialist Activity Base element of the service requires a provision which includes**:
— providing a service at the base from Monday to Friday from 9:00 to 16:00;
— providing an activity co-ordinator/facilitator to direct the activity taking place who will be separate from the support workers who are there to enable participation in the activities;
— providing a safe place for adults with a learning disability and/or autism to access, and,
— providing a variety of age appropriate activities to suit adults with a learning disability and/or autism interests and concerns. Such activities will enable people to develop their skills and potential and give choice/variety, for example:
• Independent living skills, social skills, communication skills, emotional regulation,
• Work preparation,
• Arts and Crafts.
• Exercise / keep fit activities,
• Computers,
• Health and Beauty, and much more.
** This list is not exhaustive and the full specification which forms part of the ITT documentation must be fulfilled.
Providers delivering care and support services to customers of the Council are required to comply with the Council’s Standard Contract which will be available as part of the ITT. It is also expected that Providers delivering care and support services will be registered with the Care Quality Commission (CQC).
The Community Hub specification includes the facility management aspects of operating the building and the overall programming strategy of the centre. Key elements include:
— operational plan that sets out how the centre will be run on a day to day basis ensuring compliance with legislation and good practise,
— maintenance plan to ensure the physical asset remains in good condition and effective reactive and planned maintenance is carried out,
— overall management and staffing structure with clear definition of roles and responsibilities, including those employees that are liable to transfer under the requirements of TUPE.
II.1.6)Common procurement vocabulary (CPV)
85320000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 2 500 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 2
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.3.1)Information about a particular profession
Section IV: Procedure
IV.1.1)Type of procedure
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
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.2)Information about European Union funds
VI.3)Additional information
Interested parties can download the pre qualification questionnaire directly from www.yortender.co.uk by using the Yortender scheme reference: 9URL-FNM1RC. Requests for documentation should not by made by telephone or email. the documentation should be completed and returned by no later than the deadline specified in IV.3.4. Late submissions will not be accepted.
VI.4.1)Body responsible for appeal procedures
The High Court of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the Regulations to take action in the High Court (England, Wales and Northern Ireland).
VI.5)Date of dispatch of this notice: