Dementia Cafés and carers support service for adults.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Rotherham Metropolitan Borough Council
Riverside House, Wing C floor 2 Main Street
Contact point(s): Procurement
For the attention of: Helen Chambers
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709823661
E-mail:
Fax: +44 1709334190

Internet address(es):

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

Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA0760

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: Rotherham Metropolitan Borough Council
Riverside House, Wing C floor 2 Main Street
Contact point(s): Procurement
For the attention of: Helen Chambers
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709823661
E-mail:
Fax: +44 1709334190
Internet address: http://www.rotherham.gov.uk

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Health
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:
Dementia Cafés and carers support service for adults.
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
Main site or location of works, place of delivery or of performance: Rotherham and surrounding areas.

NUTS code UKE

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 3
II.1.5)Short description of the contract or purchase(s)
Dementia cafes and carers support service for adults.
Expressions of interest are invited from suitably experienced, providers open to working in partnership that can demonstrate an understanding of value for money and are aware of Rotherham’s aims and objectives.
Providers will be expected to; be able to demonstrate expertise in the area of dementia, deliver support in innovative ways which builds on existing capacities, social networks, maintaining local connections and community involvement for people with dementia and their carers.
The service specified will be a service offering a combination of group and individual support to:
Carers caring for people with all levels of dementia and individuals experiencing low to moderate levels of dementia.
Group support will be delivered to both of the above categories via a number of Dementia Cafés across the Rotherham Borough. Individual support will be offered in peoples homes via telephone contact and at various locations of service user choice within Rotherham.
The specification of the service to be delivered is outcome focused and requires providers to evidence the impact on the quality of life of people with dementia and carers. They will need to demonstrate how they have reduced the requirement for more intense support. There is a requirement to; work proactively with capacity available in the community, encourage innovation, growth and utilisation of a diverse range of non statutory organisations or groups (including user led, small and medium sized enterprises, social enterprises, voluntary and community sector and similar organisations) that work or propose to work with carers or people with dementia or both.
A 2 stage procurement process will be used to determine provider suitability to be approved and admitted onto the framework agreement. The first stage requires completion of a pre qualification questionnaire (PQQ) which will be used to draw up a shortlist of providers who will then be issued an Invitation to Tender (ITT).
The PQQ documents are now available for download from the SCMS website. All completed PQQ’s and associated attachments must be uploaded on the SCMS web site no later than 12 midnight on the 26.11.2012 and will not be accepted by any other means.
The estimated value of the service delivered is in the region of 75 000 GBP per annum and will be delivered by a block agreement.
The agreement will commence 1.4.2013 expiring 31.3.2016 with an option to extend for a further period of one year at the sole discretion of RMBC.

Note: to register your interest in this notice and obtain any additional information please visit the myTenders web site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=94438.

II.1.6)Common procurement vocabulary (CPV)

85000000, 85140000, 85323000, 75122000, 85300000, 85310000, 98000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
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:
Expressions of interest are invited from suitably experienced, providers open to working in partnership that can demonstrate an understanding of value for money and are aware of Rotherham’s aims and objectives.
Providers will be expected to; be able to demonstrate expertise in the area of dementia, deliver support in innovative ways which builds on existing capacities, social networks, maintaining local connections and community involvement for people with dementia and their carers.
The service specified will be a service offering a combination of group and individual support to:
Carers caring for people with all levels of dementia and individuals experiencing low to moderate levels of dementia.
Group support will be delivered to both of the above categories via a number of Dementia Cafés across the Rotherham Borough. Individual support will be offered in peoples homes via telephone contact and at various locations of service user choice within Rotherham.
The specification of the service to be delivered is outcome focused and requires providers to evidence the impact on the quality of life of people with dementia and carers. They will need to demonstrate how they have reduced the requirement for more intense support. There is a requirement to; work proactively with capacity available in the community, encourage innovation, growth and utilisation of a diverse range of non statutory organisations or groups (including user led, small and medium sized enterprises, social enterprises, voluntary and community sector and similar organisations) that work or propose to work with carers or people with dementia or both.
A two stage procurement process will be used to determine provider suitability to be approved and admitted onto the Framework Agreement. The first stage requires completion of a pre qualification questionnaire (PQQ) which will be used to draw up a shortlist of providers who will then be issued an Invitation to Tender (ITT).
The PQQ documents are now available for download from the SCMS website. All completed PQQ’s and associated attachments must be uploaded on the SCMS web site no later than 12 midnight on the 26.11.2012 and will not be accepted by any other means.
The estimated value of the service delivered is in the region of 75 000 GBP per annum and will be delivered by a block agreement.
The agreement will commence 1.4.2013 expiring 31.3.2016 with an option to extend for a further period of one year at the sole discretion of RMBC.
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

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be stated in the invitation to tender (if applicable).
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: To be stated in the invitation to tender (if applicable).
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: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent;
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process;
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession;
(4) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register;
(5) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process;
(6) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established;
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
To be stated in the invitation to tender (if applicable).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: To be stated in the invitation to tender (if applicable).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
To be stated in the invitation to tender (if applicable).
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
27.11.2012 - 08:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
10.12.2012
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
IV.3.8)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The PQQ documents are now available for download from the SCMS website. All completed PQQ’s and associated attachments must be uploaded on the SCMS web site no later than 12 midnight on the 26.11.2012 and will not be accepted by any other means.
(MT Ref:94438).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Simon Bradley
RMBC Procurement, Riverside House, Main Street
S60 1AE Rotherham
UNITED KINGDOM
E-mail:
Telephone: +44 1709823661

Body responsible for mediation procedures

Simon Bradley
RMBC Procurement, Riverside House, Main Street
S60 1AE Rotherham
UNITED KINGDOM
E-mail:
Telephone: +44 1709823661

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

Simon Bradley
RMBC Procurement, Riverside House, Main Street
S60 1AE Rotherham
UNITED KINGDOM
E-mail:

VI.5)Date of dispatch of this notice:
25.10.2012