By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Independent Advocacy Service.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Medway Council
Medway Council, Gun Wharf, Dock Road
For the attention of: Mr Victor Ogunyemi
ME4 4TR Chatham
United Kingdom
Telephone: +44 1634337843
E-mail:

Internet address(es):

General address of the contracting authority: http://www.medway.gov.uk/

Further information can be obtained from: Medway Council
Gun Wharf, Dock Road
For the attention of: Mr Victor Ogunyemi
ME4 4TR Chatham
United Kingdom
Telephone: +44 1634337843
E-mail:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Medway Council
Gun Wharf, Dock Road
For the attention of: Mr Victor Ogunyemi
ME4 4TR Chatham
United Kingdom
Telephone: +44 1634337843
E-mail:

Tenders or requests to participate must be sent to: Medway Council
Gun Wharf, Dock Road
For the attention of: Mr Victor Ogunyemi
ME4 4TR Chatham
United Kingdom
Telephone: +44 1634337843
E-mail:

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Independent Advocacy Service.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 25: Health and social services
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Medway Council (the Commissioner) is committed to providing a high quality independent advocacy service to people who need support with health and social care. The Service represents the full range of statutory independent advocacy functions which are being procured through one contract to ensure consistency of delivery and to ensure best value for money. The Commissioner believes that coordination across the different types of advocacy is important, particularly in relation to the shared competencies and similarity in roles. The Provider may sub-contract specific elements of the service but within the context of a single service infrastructure which will deliver a uniform process for the receipt, management & monitoring of advocacy referrals; training; and data management systems. The Provider will be responsible for all sub-contracting arrangements, including the quality of work undertaken and all associated payments. The Provider should demonstrate a strong commitment to, and innovative ideas around, attracting external investment and building social value through the development of services, jobs, skills and volunteering opportunities.
II.1.6)Common procurement vocabulary (CPV)

85000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The following statutory functions will be delivered through an integrated independent advocacy service (the Service):
- Independent Care Act Advocacy.
- Independent Mental Capacity Advocacy and Relevant Person Representative.
- Independent Mental Health Advocacy.
- Independent Health Care Advocacy (NHS Complaints).
The Provider will work closely with the Information and Advice Service to ensure that support is available to all people who may have genuine difficulty articulating or negotiating their needs and personal goals. Drawing on other functions of the Service, the Provider will assist in developing a sequenced range of lower-level interventions and materials which will bear down on demand for advocates. The Provider is expected to work with the Commissioner and other service providers to support development of non statutory Community Advocacy and Peer Advocacy to adults across all categories of need, including adults with dementia, learning disabilities, mental health needs, autistic spectrum conditions, and physical and sensory impairments.
Estimated value excluding VAT: 800 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Any order over 250 000 GBP may require sealing and the provision of a Parent Company Guarantee or Performance Bond.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the tender documents.
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
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As detailed in the specification and part 6 of the T's and C's.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As detailed in the tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed in the tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed in the tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
0668
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 13.10.2016 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
17.11.2016 - 12:00
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 17.11.2016 - 12:00
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
13.10.2016