Flexible Framework Agreement for Supported Living Services in Staffordshire

A Tender Notice
by STAFFORDSHIRE COUNTY COUNCIL

Source
Find a Tender
Type
Framework (Services)
Duration
5 year
Value
242M
Sector
HEALTH
Published
15 Nov 2023
Delivery
09 Sep 2024 to 08 Sep 2029
Deadline
08 Jan 2024 12:00

Concepts

Location

Staffordshire

Geochart for 2 buyers and 0 suppliers

Description

The procurement is for a Flexible Framework Agreement for the Provision of Supported Living Services ("the Framework"). The Framework is divided into four (4) Lots, with Lots 2 to 4 being sub-divided into A and B. The Council will be awarding Call-Off Contracts for the provision of supported living services to both a single individual, an "Individual Call-Off Contract", and groups of individuals who all reside in the same premises, a "Block Call-Off Contract". These are described fully in the Specification at Schedule 1 to the Framework. Call-Off Contracts will be awarded by both Direct Award and a Mini-Competition process as detailed in the ITT Procurement Pack and the Framework terms. Supported Living Services support individuals with learning disabilities, physical disabilities, Autism and/or mental health conditions to live independently in the community. The Services covered by this procurement are limited to those required to meet the individual's assessed eligible needs under the Care Act 2014 and are funded by the Authority. Housing or other services that the individual receives are NOT covered. This procurement does not relate to the placement of individuals into their supported living accommodation. The Authority is utilising the flexibility provided by the 'Light Touch Regime' in section 7 (Social and Other Specific Services) of Chapter 3 (Regulations 74 to 76) of the Public Contracts Regulations ("PCR") 2015 to undertake a bespoke procurement process that adopts elements of the Open Procedure. This "flexibility" is being utilised to establish the Framework for an initial period of five (5) years, commencing on 9th September 2024 ("Framework Term"). Thereafter the Council reserves the right to extend the Framework Term in such period or periods as the Council deems appropriate up to a further three (3) years, providing a total possible Framework Term of eight (8) years, ending on 8th September 2032.

Lot Division

1 Supported Living Services for Individuals with a primary need of Mental Health within the administrative boundary of Staffordshire County Council

Lot 1: Supported Living Services for Individuals with a primary need of Mental Health within the administrative boundary of Staffordshire County Council which shall exclude the administrative boundary of Stoke-on-Trent City Council. Estimated Total Framework value for Lot 1 is £15,082,247. 00 To be appointed to Lot 1 of the Framework, Providers must: •"Pass" all of the Pass/Fail questions in the ITT Questionnaire; •Achieve a total quality score of at least fifty percent (50%) for Lot 1; and • Have at least twelve (12) months' experience in delivery of Mental Health Services. There is no restriction on the number of Providers to be appointed to each Lot. Providers shall be aware that if they express an interest in more than one Lot, their successful appointment to one Lot will not automatically result in their appointment to the other Lots for which they expressed an interest. Each Lot will be evaluated separately using the criteria as set out in the ITT Procurement Pack. Providers are required to express their interest using the table in the ITT Questionnaire to identify the Lots that they wish to be considered for.

2 Supported Living Services for Individuals with a primary need of Learning Disability and/or Autism in North Staffordshire

2A.Supported Living Services for Individuals with a primary need of Learning Disability and/or Autism in North Staffordshire within the administrative boundaries of Staffordshire Moorlands Borough Council and Newcastle-Under-Lyme Borough Council. Estimated Total Framework Agreement value for Lot 2A is £90,803,342.00 To be appointed to Lot 2A of the Framework, Providers must: •"Pass" all of the Pass/Fail questions in the ITT Questionnaire; and •Achieve a total quality score of at least fifty percent (50%) for Lot 2A There is no restriction on the number of Providers to be appointed to each Lot. Providers shall be aware that if they express an interest in more than one Lot, their successful appointment to one Lot will not automatically result in their appointment to the other Lots for which they expressed an interest. Each Lot will be evaluated separately using the criteria as set out in the ITT Procurement Pack. Providers are required to express their interest using the table in the ITT Questionnaire to identify the Lots that they wish to be considered for.

3 Supported Living Services for North Staffordshire for Individuals with a Physical Disability, Sensory Impairment and/or an Acquired Brain Injury

Lot 2B. Supported Living Services for Individuals with a Physical Disability, Sensory Impairment and/or an Acquired Brain Injury in North Staffordshire within the administrative boundaries of Staffordshire Moorlands Borough Council and Newcastle-Under-Lyme Borough Council. Estimated Total Agreement value for Lot 2B is £1,550,000.00 To be appointed to Lot 2B of the Framework, Providers must: •"Pass" all of the Pass/Fail questions in the ITT Questionnaire; and • Achieve a total quality score of at least fifty percent (50%) for Lot 2B There is no restriction on the number of Providers to be appointed to each Lot. Providers shall be aware that if they express an interest in more than one Lot, their successful appointment to one Lot will not automatically result in their appointment to the other Lots for which they expressed an interest. Each Lot will be evaluated separately using the criteria as set out in the ITT Procurement Pack. Providers are required to express their interest using the table in the ITT Questionnaire to identify the Lots that they wish to be considered for.

4 Supported Living Services for Individuals with a primary need of Learning Disability and/or Autism in Southeast Staffordshire

Lot 3A. Supported Living Services for Individuals with a primary need of Learning Disability and/or Autism in Southeast Staffordshire within administrative boundaries of Lichfield District Council, East Staffordshire Borough Council and Tamworth Borough Council. Estimated Total Agreement value for Lot 3A is £22,298,570.00 To be appointed to Lot 3A of the Framework, Providers must: •"Pass" all of the Pass/Fail questions in the ITT Questionnaire; and •Achieve a total quality score of at least fifty percent (50%) for Lot 3A. There is no restriction on the number of Providers to be appointed to each Lot. Providers shall be aware that if they express an interest in more than one Lot, their successful appointment to one Lot will not automatically result in their appointment to the other Lots for which they expressed an interest. Each Lot will be evaluated separately using the criteria as set out in the ITT Procurement Pack. Providers are required to express their interest using the table in the ITT Questionnaire to identify the Lots that they wish to be considered for.

5 Supported Living Services for Individuals with a Physical Disability, Sensory Impairment and/or an Acquired Brain Injury in Southeast Staffordshire

Lot 3B. Supported Living Services for Individuals with a Physical Disability, Sensory Impairment and/or an Acquired Brain Injury in Southeast Staffordshire within administrative boundaries of Lichfield District Council, East Staffordshire Borough Council and Tamworth Borough Council. Estimated Total Agreement value for Lot 3B is £1,550,000.00 To be appointed to Lot 3B of the Framework, Providers must: •"Pass" all of the Pass/Fail questions in the ITT Questionnaire; and •Achieve a total quality score of at least fifty percent (50%) for Lot 3B. There is no restriction on the number of Providers to be appointed to each Lot. Providers shall be aware that if they express an interest in more than one Lot, their successful appointment to one Lot will not automatically result in their appointment to the other Lots for which they expressed an interest. Each Lot will be evaluated separately using the criteria as set out in the ITT Procurement Pack. Providers are required to express their interest using the table in the ITT Questionnaire to identify the Lots that they wish to be considered for.

6 Supported Living Services for Individuals with a primary need of Learning Disability and/or Autism in Southwest Staffordshire

Lot 4A. Supported Living Services for Individuals with a primary need of Learning Disability & Autism in Southwest Staffordshire within the administrative boundaries of South Staffordshire District Council, Stafford Borough Council and Cannock Chase Borough Council. Estimated Total Agreement value for Lot 4A is £87,214,056.00 To be appointed to Lot 4A of the Framework, Providers must: •"Pass" all of the Pass/Fail questions in the ITT Questionnaire; and • Achieve a total quality score of at least fifty percent (50%) for Lot 4A. There is no restriction on the number of Providers to be appointed to each Lot. Providers shall be aware that if they express an interest in more than one Lot, their successful appointment to one Lot will not automatically result in their appointment to the other Lots for which they expressed an interest. Each Lot will be evaluated separately using the criteria as set out in the ITT Procurement Pack. Providers are required to express their interest using the table in the ITT Questionnaire to identify the Lots that they wish to be considered for.

7 Supported Living Services for Individuals with a Physical Disability, Sensory Impairment and/or an Acquired Brain Injury in Southwest Staffordshire

Lot 4B.Supported Living Services for Individuals with a Physical Disability, Sensory Impairment and/or an Acquired Brain Injury in Southwest Staffordshire within the administrative boundaries of South Staffordshire District Council, Stafford Borough Council and Cannock Chase Borough Council. Estimated Total Agreement value for Lot 4B is £1,458,726.00 To be appointed to Lot 4B of the Framework, Providers must: •"Pass" all of the Pass/Fail questions in the ITT Questionnaire; and •Achieve a total quality score of at least fifty percent (50%) for Lot 4B. There is no restriction on the number of Providers to be appointed to each Lot. Providers shall be aware that if they express an interest in more than one Lot, their successful appointment to one Lot will not automatically result in their appointment to the other Lots for which they expressed an interest. Each Lot will be evaluated separately using the criteria as set out in the ITT Procurement Pack. Providers are required to express their interest using the table in the ITT Questionnaire to identify the Lots that they wish to be considered for.

Renewal Options

The Framework will commence on 9th September 2024 and is anticipated to continue until 8th September 2029. The Framework has provision for extension in such period or periods as the Council deems appropriate up to a maximum period of three (3) years to 8th September 2032. In the event the Framework is extended, the extension shall be on the same Terms and Conditions as applied during the initial term of the Framework. Call-Off Contracts awarded pursuant to the Framework may continue beyond the expiration or earlier termination of the Framework.

Award Criteria

Experience 5.0
Experience Case Study 1 5.0
Experience Case Study 2 5.0
Co-Production 15.0
Staff skills and competencies 15.0
Strengths based working 15.0
Outcomes 15.0
Quality 15.0
Social Value 5.0
TUPE/Mobilisation 5.0
PRICE _

CPV Codes

  • 85000000 - Health and social work services

Indicators

  • Bids should cover one or more lots.
  • Bids should cover the whole contract.
  • This is a recurring contract.
  • Renewals are available.
  • Professional qualifications are sought.
  • Award on basis of price.

Other Information

In addition, the Authority may exercise its flexibility to 'open' the Framework for Providers to submit Tenders to join the Framework during the Framework Term. The reopening of the Framework will be at the Authority's reasonable discretion, for example, if the Authority needs to increase the capacity or respond to emerging needs. Any reopening of the Framework will be subject to the same Award Criteria and same process as outlined in the ITT Procurement Pack. Any Provider whose Tender for appointment to the Framework has previously been unsuccessful, is permitted to submit a new Tender at any time the Framework is reopened. The Authority will be holding a Provider event on Thursday 30th November 2023. To book a place for this event please use the booking link in the Tender Documents. Attendance is restricted to two (2) people from one organisation. The event will give Providers an opportunity to ask Commissioners and Procurement Officers questions in relation to this procurement. Providers are requested to have familiarised themselves with the Tender Documents prior to this event, to avoid duplicating questions raised previously and already answered.

Reference

Domains