The provision of Care and Support Services at Norfolk House, Herefordshire.
Contract notice
Services
Section I: Contracting authority
Herefordshire Council
Brockington, 35 Hafod Road
For the attention of: Joanne Parkes-Newton
HR1 1SH Hereford
UNITED KINGDOM
Telephone: +44 7590266515
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)
Section II: Object of the contract
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: The County of Herefordshire, Specifically (but not limited to): Norfolk House, Etnam Street, Leominster, Herefordshire HR6 8AQ.
NUTS code UK,UKG11
85000000, 75200000, 85300000, 85140000, 85141210, 85323000, 98300000, 98330000, 98340000, 98341100, 85311000, 85312300, 85321000, 85312100, 85311100
Norfolk House is a 30 unit housing scheme Norfolk House is ‘very sheltered’ housing which is a level above sheltered housing, providing a 30 unit housing scheme for over 65's with 24 hr. care.
The scheme provides self-contained, easy to manage, non-institutional accommodation.
A Provider is sought to provide the care and support elements of the scheme. The Provider will be required to be CQC registered.
Tenants who qualify for this level of housing need will meet eligibility criteria as agreed by Marches Housing Association, Herefordshire Council and Norfolk House service provider. Each tenant is issued with a tenancy agreement with Marches Housing Association and rental charges are paid directly from the tenant to the landlord.
Outcomes for service users:
- a supportive community with support staff and other residents,
- peace of mind and help in an emergency,
- promotion of social inclusion, involvement, participation and active citizenship,
- an alternative to residential care,
- prevents hospital admission, depression, loneliness and anxiety.
The commissioning principles in respect of the NSI procurements 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 within this Contract is broadly estimated at 120 000 GBP per annum, however the Council is looking to appoint a Provider who through innovation, is able to produce efficiencies and budgetary reductions. The value of the contract is estimated at between 160 000 GBP and 480 000 GBP. The lower estimate is based on an initial period of 2 years, including an allowance for reduced expenditure which may be the sole or combined result of efficiencies and innovation and / or any unforeseen reduction in budgetary expenditure or any decrease in direct spend by the Council. The upper estimate is based on a maximum term of 4 years. However, an additional allowance of 120 000 GBP per annum has been also included within the upper estimate to allow for any unforeseen increase in the amount of Services purchased and for the commissioning of any additional service as described in section I.4.Therefore the upper value range stated in this notice is made up from the combined effect of the estimated expenditure on Norfolk House (120 000 GBP p/a), plus (120 000 GBP p/a) for any additional allowances, so producing a predicted maximum over the 4 year maximum life of the Contract of 240 000 GBP x 4 years: 960 000 GBP.
The Provider will be required to participate in the economic and social regeneration of Herefordshire (as the place of primary service delivery). This will 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 the Council's policies as appropriate.
Estimated value excluding VAT:
Range: between 160 000 and 960 000 GBP
Description of these options: The initial term of the contract will be 2 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 4 years (for example 2 year initial period plus 2 extensions of 1 year each).
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
Section III: Legal, economic, financial and technical information
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.
As set out in the Tender Documents.
Section IV: Procedure
Prior information notice
Notice number in the OJEU: 2013/S 154-268634 of 9.8.2013
Other previous publications
Notice number in the OJEU: 2013/S 186-320913 of 25.9.2013
Place:
Tenders will be opened by authorised officers of the Council on the 22.11.2013.
Section VI: Complementary information
Estimated timing for further notices to be published: From 18 months to 42 months from the date of award of 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 1432 261617 (UK).
All enquiries should in the first instance be directed via the Proactis system: any enquiries and requests for support in relation to the Proactis system should be directed via the Proactis support team above.As this is a Part B Service, this contract notice has been published voluntarily.