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

Sensory Impairment 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: Carrie Deeley
HR1 1SH Hereford
UNITED KINGDOM
Telephone: +44 1432383565
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

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

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Sensory Impairment 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 Sensory Impairment Services, Herefordshire. (‘the Services'), which will be commissioned from the date of the Contract award. However, the specification also contains the scope to transform or commission further Services via the Contract. The Council also reserves the right to commission other services within the scope of the CPV codes listed in this notice. (However, please note that the Council may also include the potential to commission Sensory Impairment Services during the life of other linked NSI procurements for Adult Health and Social Care Services, as detailed in the PIN 2013/S 154 26863 published on TED on the 9.8.2013. The contracts for which are seeking commencement on the 31.3.2014). 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 Sensory Impairment Service will provide a range of therapeutic services and interventions for people with visual and / or hearing impairments. Interventions carried out by the team will be tailored to meet the specific needs of referred adults with sensory impairments within the context in which they live.
The service will be committed to improving the quality of life of people with sensory impairments by promoting independence and social inclusion to minimise the impact of any disability.
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 a search via the following link:

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

The Contract may also be used by other NHS Contracting Authorities delivering services within the county of Herefordshire. Details are available via a search via the following link http://www.nhs.uk/Service-Search

II.1.6)Common procurement vocabulary (CPV)

85000000, 75200000, 85300000, 85140000, 85323000, 98300000, 98330000, 85312300, 85312400, 85321000, 80510000, 85311100, 85311200, 85311300, 85312500, 33190000, 33196200

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 Sensory Impairment by the 31.3.2014. 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.
Sensory Impairment is commissioned and funded by Herefordshire Council.
The service currently offers four core elements;
a. Assessments - working with those referred to them to establish the level of need and the eligibility of clients to receive services
b. Enablement - working with clients to enable them to live full and active lives. Enablement will support individuals to maximise choice and control over how their needs are met. Support will be based on ordinary life solutions to enable individuals to access mainstream health, housing, employment, education and leisure services. The service will promote a risk enabling approach and positive risk taking to enable people with sensory impairments to live ordinary lives.
c. Technical advice and support - advising clients on the best choice of equipment to meet their needs and making technical adjustments to equipment so that it operates at an optimal level.
d. Information advice and guidance - giving information advice and guidance to clients and signposting them to other health and council related services where appropriate
The commissioning principles in respect of the Sensory Impairment procurement are:
a. Service delivery is planned and maintained
b. Staff are competent, are suitably qualified and are given sufficient support to deliver the service
c. Feedback on the quality of the service is obtained from service users
d. Continuous quality improvement is ensured through monitoring, evaluation and action
e. People with sensory impairments are encouraged to become accepted and valued as full members of the community in their own right
f. Ensuring that people with sensory impairments who may require additional intervention are signposted to, and where needed, referred to, the appropriate services for further support
g. Improving the prospects of people with sensory impairments, particularly vulnerable groups in terms of addressing social inclusion
h. Encouraging and enabling people with sensory impairments in Herefordshire to achieve their potential and participate in positive activities including employment and Further Education.
i. Providing programmes of individual training and support to enable children and young people with visual impairment to experience the highest degree of autonomy and independent living, to become confident with their peers, and to become safe.
j. Offering training and support to families and school staff, helping them to learn more about the mobility and independent living problems experienced by a visually impaired child, and strategies to help alleviate these difficulties.
k. Maintaining effective records of contacts made with clients. This will include written progress reports, where appropriate, together with other reports as that may be required by the Council - these reports to be specified within the contract.
l. Maintaining a professional relationship with practitioners such as in fostering good communications with the Qualified Teach of Visually Impaired Children QTVI by providing a programme of visits so as to avoid clashes in timetables.
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

The value of the contract is estimated at between 100 000 GBP and 900 000 GBP. The lower estimate is based on an initial period of 2 years, however please note that this does not include any allowance for any 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 3 years. However, an additional allowance of 200 000 GBP per annum has also been 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.
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 / health 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 100 000 and 900 000 GBP
II.2.2)Information about options
Options: yes
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 1 years, making a total maximum term of 3 years.
Provisional timetable for recourse to these options:
in months: 24 (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 31.3.2017

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 Tender Documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details are provided 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:
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 Tender Documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the Tender Documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out 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
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

Other previous publications

Notice number in the OJEU: 2013/S 186-320913 of 25.9.2013

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
7.1.2014 - 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
IV.3.8)Conditions for opening of tenders
Date: 7.1.2014

Place:

Tenders will be opened by authorised officers of the Council on the 7.1.2014.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: From 24 months to 36 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
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 following contract notice publication in electronic format from 25th November at 12:00 noon (at the earliest). 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).

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:
20.11.2013