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

Reablement Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Herefordshire Council
Brockington, 35 Hafod Road
For the attention of: Joanne Parkes-Newton
HR1 1SH Hereford
UNITED KINGDOM
Telephone: +44 1432383668
E-mail:

Internet address(es):

General address of the contracting authority: https://beta.herefordshire.gov.uk/business-and-employment/tenders-and-contracts/commissioning-and-procurement/

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
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: yes

Local Authorities As described in Section II.1.5 of the Contract Notice
Address as applicable to each Local Authority
As applicable to each Local Authority
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Reablement Services.
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: Generally within the County of Herefordshire, however this area may be wider in that the use of this contract will be potentially open to other Contracting Authorities as set out in Section I.4. Please see Sections II.1.5 and II.2.1 for further information.

NUTS code UK,UKG11

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)
Herefordshire Council (‘the Council') will be requesting tenders which cover the provision of a Reablement Service (the ‘Core' Service) which will be commissioned from the date of the Contract award. However, the specification will also contain the scope to commission further Services via the Contract, such as a Rapid Response Service;Telecare and Adaptation Services (‘Non-Core Services'). The Non-Core Services are not intended to be commissioned at the point of contract award, but which may be commissioned during the lifetime of the contract.
In particular, the Council reserves the right to commission other services within the scope of the CPV codes listed in this notice. (However, please note that the Council will also include the potential to commission Reablement Services during the life of other linked NSI procurements for Adult Health and Social Care Services, the contracts for which are seeking commencement on the 31st March 2014).
In reserving the right to commission Services within the scope of the CPV codes listed within this Notice, the Council wishes to retain the flexibility to cope with future changes in service requirements and strategic direction, such as progression towards becoming a commissioning authority, which will involve increased private sector provision of services currently provided by the Council and other partners / providers. The Council also seeks a Provider who will help to transform the Service, in particular to reflect the current personalisation agenda.
The Contract will also be open for use for other Local Authorities (as defined in Regulation 3(2) to (5) of the Public Contracts Regulations 2006 (as amended) and their statutory successors and organisations created as a result of re-organisation or organisational changes.) A list of the local authorities eligible to use this contract is available via the following link:

http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG

II.1.6)Common procurement vocabulary (CPV)

85000000, 85140000, 85141210, 85300000, 85142100, 85320000, 85323000, 98330000, 98334000, 98513310, 51300000, 64200000, 32500000, 75200000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Council is seeking to award and mobilise a contract for a Reablement Service (‘the Service') by the 31st March 2014. A Provider is sought who can achieve the mobilisation timescales outlined in the ITT (however the Council reserves the right to substitute an earlier or a later date of Contract commencement). The Service is currently provided via an in-house service. TUPE will (or at least is highly likely) to apply to the Council employees who currently work within the Service, however the application of TUPE cannot yet be finally confirmed due to service transformation activity within the Council, which is anticipated to be finalised shortly.
Reablement is currently solely commissioned and funded by Herefordshire Council Adult Care Service (the Commissioner).
On behalf of the Commissioner, the Service provides short term, home based, intensive support which seeks to provide individuals with skills for daily living that enables them to live more independently and reduces the need for on-going support. The scheme is provided free of charge to a maximum of 6 weeks.
The support helps people gain or regain the skills and confidence they need to live at home and includes working with individuals on day to day activities such as housing, economic needs, work and feeling part of the community with the support focussing on individuals enabling their skills.
Reablement assists with hospital discharge and to help prevent hospital admission.
Outcomes:
- To promote independence
- To prevent or delay the deterioration of wellbeing resulting from ageing, illness and disability
- Delay the need for more costly and intensive services.
Commissioner's main objectives in respect of Service Delivery are:
- maintaining the delivery of essential services;
- ensuring safeguarding and enabling the delivery of high service standards and quality;
- taking account of user and carer experience and providing high levels of customer satisfaction;
- promotion of choice and control with a range of access routes for personal budgets;
- achieving service delivery which is responsive to local needs and priorities;
- the achievement of continuous improvement; process efficiencies and reductions in overall costs;
- incorporation of flexibility into contracting arrangements to ensure flexibility to meet any future changes in Service needs;
- contributing to the regeneration of the economy and social capital in Herefordshire, including appropriate access to jobs; training and staff development opportunities;
- use of delivery methods which seek to reduce the environmental impacts of the Service.
Such initiatives across all potential contracts should seek to further the Council's objectives as set out within the Council's Corporate Plan. Further information on Adult Social Care in Herefordshire can be found the following link:

https://www.herefordshire.gov.uk/transformingadultsocialcare

Spend on within this Contract is reasonably estimated on current expenditure of approx. GBP 500K per annum. The value of the contract based on the Commissioners estimated spend is therefore between GBP 1.2M and GBP 3M. The lower
estimate is based on an initial period of 3 years multiplied by a below anticipated spend of GBP 400K per annum (taking into account a broadly estimated reduction of GBP 100K per annum to take into account any unforeseen reduction
in budgetary expenditure or any decrease in direct spend by the Commissioners via the Contract, such as may be attributable to such factors as an increase in personal budgets.
The upper estimate is based on a maximum spend of GBP 600K over the 5 year maximum term of the Contract, (thereby including an additional allowance of GBP 100K per annum for any increase in the amount of Services purchased). In addition to the above estimated spend on Reablement Services, an additional allowance of GBP 2M p/a has been included in the maximum figure to take account of any further unforeseen additional spend; plus any additional services (non-core services) that may be commissioned and usage by other by Contracting Authorities as described in section I.4. (However, please note that this maximum figure is unlikely to occur unless the maximum estimate of all cumulative elements of the additional allowance as outlined is reached).The combined effect of the Commissioner's predicted spend on Reablement (GBP 600K p/a), plus (GBP 2M p/a) for any additional allowances, produces an overall maximum over the 5 year maximum life of the Contract of GBP 2.6M x 5 years: GBP 13M.
Services will be principally carried out within Herefordshire; however delivery may be wider depending upon the uptake of usage of the contract by the Local Authorities named at section I.4
The Provider will be required to participate in the economic and social regeneration of Herefordshire (as the place of primary service delivery). This may include working with Service User groups to assure that Service delivery meets local needs and priorities.
The Provider will be expected to provide effective contract management including process visibility; efficiency reporting and bespoke management information plus costs transparency.
The Provider will also need to comply with Commissioner's policies as appropriate.
Estimated value excluding VAT:
Range: between 1 200 000 and 13 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The initial term of the contract will be 3 years, subject to continual performance satisfaction. In addition, the Contract will include an option to extend the contract by a period not exceeding in total 2 years, making a total maximum term of 5 years (for example 3 year initial period plus 2 extensions of 1 year each).
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.4.2014. Completion 1.4.2019

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
These may be required. Details are provided in the PQQ.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details are provided in the PQQ.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Council reserves the right to require groupings of Providers to take a particular legal form or to require a single Provider to take primary liability or to require that each party undertakes joint and several liability irrespective of the form of the vehicle to be established.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As detailed within the tender documents.
Providers will need to be registered with any relevant accreditation / certification schemes during the lifetime of the Contract.
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 set out in the PQQ.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the PQQ.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the PQQ.
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
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 8
Objective criteria for choosing the limited number of candidates: As set out in the PQQ documents.
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:
As set out within the Proactis System.
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2013/S 154-268634 of 9.8.2013

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: 21.10.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
21.10.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
19.11.2013
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 of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: From 36 months to 60 months from the date of award of Contract.
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
This is a Part B service & therefore the notice is published voluntarily. Tender documents are anticipated be available from 12:00 noon on Friday 20th September 2013, (which is estimated to be date of publication of this Contract Notice). The closing date for the submission of PQQs is 21st October 2013. The estimated date of despatch of invitation to participate is 19th November 2013. Please note that this date represents the best estimate at the time of dispatch. The anticipated closing date for the receipt of tenders from those Candidates invited to submit is 24th December 2013. Tenders will be opened by authorised officers of the Council on the 24th December 2013. Please note that this date represents the best estimate at the time of dispatch.
Variants will be accepted if accompanied by a compliant tender.
The Council reserves the right not to proceed or not to award a contract for the whole or part of this proposed procurement. Neither the Council nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for this contract.
Tender documents will be available in electronic format. Please follow the URL below to the Councils e-sourcing system Proactis to register your interest; access documents and submit a response. Organisations wishing to participate in this procurement must first register their interest via this link.

https://tenders.herefordshire.gov.uk/SupplierPortal/

The Proactis support team can be contacted at or via +44 1432261617 (UK).

Please note that Jo Parkes-Newton will be unavailable from Monday 23rd September to Tuesday 8th October 2013. All enquiries should be directed via the procurement email address above.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Council will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. 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.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
16.9.2013