Tees Advocacy Services Framework
Redcar and Cleveland Borough Council, Middlesbrough Council and Stockton-on-Tees Borough Council wish to appoint organisations to a framework for the provision of Advocacy Services.
United Kingdom-Redcar: Health and social work services
2018/S 217-496527
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Redcar
TS10 1RT
United Kingdom
Contact person: Michelle Gray
E-mail: michelle.gray@redcar-cleveland.gov.uk
NUTS code: UKC12
I.1)Name and addresses
Middlesbrough
TS1 2RS
United Kingdom
Contact person: Richard Pink
E-mail: richard_pink@middlesbrough.gov.uk
NUTS code: UKC12Internet address(es):Main address: www.middlesbrough.gov.uk
I.1)Name and addresses
Stockton
TS18 1LD
United Kingdom
Contact person: Jenny Collier
E-mail: jenny.collier@stockton.gov.uk
NUTS code: UKC11Internet address(es):Main address: www.stockton.gov.uk
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Tees Advocacy Services Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Redcar and Cleveland Borough Council, Middlesbrough Council and Stockton-on-Tees Borough Council wish to appoint organisations to a framework for the provision of Advocacy Services across the Tees area on an individual case-by-case basis.
This Framework will be made up of five Lots. You may bid for 1 or more of the lots:
Lot 1: Independent Mental Health Advocate (IMHA);
Lot 2: Independent Mental Capacity Advocate (IMCA);
Lot 3: Paid Relevant Persons Representative (PRPR);
Lot 4: Care Act Advocate;
Lot 5: Non-Statutory (General) Advocate.
Redcar and Cleveland Borough Council will act as Lead Authority for this procurement process.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Independent Mental Health Advocate (IMHA)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Tees Valley and Durham.
II.2.4)Description of the procurement:
To provide a specialist independent advocacy service in line with the Mental Health Act 2007. To provide high quality advocacy to Service Users with a variety of communication needs.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
12 months before end date.
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
Variants will be evaluated based on the same evaluation criteria as is stated in the tender documentation.
II.2.1)Title:
Lot 2: Independent Mental Capacity Advocate (IMCA)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Tees Valley and Durham.
II.2.4)Description of the procurement:
To provide a specialist independent advocacy service in line with the Mental Capacity Act 2005, its Regulations and MCA Code of Practice and the DoLS Code of Practice. To provide high quality non-instructed advocacy to Service Users with a variety of communication needs.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
12 months before end date.
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
Variants will be evaluated based on the same evaluation criteria as is stated in the tender documentation.
II.2.1)Title:
Paid Relevant Persons Representative (PRPR)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Tees Valley and Durham.
II.2.4)Description of the procurement:
To provide a specialist independent advocacy service in line with the Mental Capacity Act 2005, its Regulations and MCA Code of Practice and the DoLS Code of Practice. To provide high quality non-instructed advocacy to Service Users with a variety of communication needs.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
12 months before end date.
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
Variants will be evaluated based on the same evaluation criteria as is stated in the tender documentation.
II.2.1)Title:
Care Act Advocate
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Tees Valley and Durham.
II.2.4)Description of the procurement:
The primary aim of the Care Act Advocacy Service is to meet the Council’s statutory duties under sections 67 and 68 of The Care Act 2014.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
12 months before end date.
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
Variants will be evaluated based on the same evaluation criteria as is stated in the tender documentation.
II.2.1)Title:
Non Statutory (General) Advocacy
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Tees Valley and Durham.
II.2.4)Description of the procurement:
The primary aim of the non-statutory advocacy service is to meet the council’s duties which fall under non-statutory obligations.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
12 months before end date.
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
Variants will be evaluated based on the same evaluation criteria as is stated in the tender documentation.
Section III: Legal, economic, financial and technical information
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.2.4)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
IV.2.7)Conditions for opening of tenders
Redcar and Cleveland.
Section VI: Complementary information
VI.1)Information about recurrence
4 years.
VI.3)Additional information:
All tender documentation is available via www.nepo.org
Search current opportunities under Redcar and Cleveland Borough Council. Once you have expressed your interest you have immediate access to the tender documentation.
VI.4.1)Review body
Redcar
TS10 1RT
United KingdomInternet address: www.redcar-cleveland.gov.uk
VI.4.2)Body responsible for mediation procedures
Redcar
TS10 1RT
United KingdomInternet address: www.redcar-cleveland.gov.uk
VI.4.4)Service from which information about the review procedure may be obtained
Redcar
TS10 1RT
United KingdomInternet address: www.redcar-cleveland.gov.uk
VI.5)Date of dispatch of this notice: