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

Tender for the Provision of a Supported Accommodation Service for Young Adults with Learning Disabilities.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Tameside Metropolitan Borough Council
Adult Services, Council Offices, Wellington Road
For the attention of: Mark Tunstall
OL6 6DL Ashton under Lyne
UNITED KINGDOM
Telephone: +44 1613423511
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:
Tender for the Provision of a Supported Accommodation Service for Young Adults with Learning Disabilities.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Main site or location of works, place of delivery or of performance: Tameside MBC.
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)
Tameside MBC (Communities, Adults, Children's and Health) is committed to the development of a supported accommodation transition service for young adults with learning disabilities, who have made or are making the transition are on a journey from service delivery via Children's Services to service delivery via Adult Services. We are looking to contract with an organisation to:
- Provide a period of transition that is defined by high quality, intensive, person-centred support and assessment, which will include 24-hour support, within a new block of self-contained flats for, at any one time, five young adults
- To develop and promote an enablement focus in domestic, social and life skills, preparing young adults for a greater degree of independent living in moving on from the service, to a more permanent support arrangement that meets their assessed needs.
Tameside MBC is inviting expressions of interest only at this stage in the above tender. This is a restricted tender.
The Commissioners are currently working with five young adults living in a variety of out-of-borough placements, and their families, with a view to their returning to the borough as the initial cohort of young adults to take up places at a block of flats, at Katherine Street, Ashton-under-Lyne.
The Service is designed to support young adults moving from Children's Services, through into Adult Services. As such the Provider will need to work with TMBC Children's Services where someone is identified as potentially being suitable for entry into the Service.
The accommodation, in the process of being built, will be provided by the Purchaser through a separate contractual arrangement with New Charter Housing Trust, a Registered Social Landlord.
The Service based at Katherine Street, will:
- Design, develop, implement and review unique, person-centred, intensive assessment and support packages which maximise enablement through community living, family involvement, leisure and recreation, personal relationships and education and work opportunities.
- Provide a culture which promotes personal growth, enablement and personal development of life and social skills, and provide opportunities for supporting and promoting the interests, aspirations and concerns of each person.
- Develop appropriate community links with families, community organisations, local sports facilities, cultural groups, day centres, supported employment teams, employers, advocacy providers, places of interest etc.
- Establish a close working relationship with the housing provider, the New Charter Housing Trust, on behalf of the Service Users who will be New Charter tenants and as such will be expected to comply with tenancy agreements.
As this is a new service for TMBC, it is the Council's preliminary view that TUPE Regulations will not apply when this contract is awarded to a Provider.
It is proposed that the contract will be awarded in the week commencing on 28.7.2014, although this date may be subject to change. It is anticipated that the building will not be complete until late autumn / early winter 2014, but it is expected that the successful tendering organisation will be actively involved in facilitating moves for Service Users in advance of building completion. (Details to be agreed between the parties post contract award.)
The contract will run for a period of three years. The Council may, subject to approval and re-negotiation, wish to extend the contract for a further period of up to two years. The award of the contract will be in keeping with a Best Value approach, which will jointly evaluate quality factors and price.
For organisations invited to tender, an information-sharing briefing on the Purchaser's vision for the service for all organisations interested in tendering will be held on Monday 7.4.2014 at 14:00 pm at The Lesser Hall, Dukinfield Town Hall, King Street, Dukinfield, Tameside, SK16 4LA. (Tel: +44 1613425089).
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): no
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:
II.2.2)Information about options
II.2.3)Information about renewals
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:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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
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: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate , of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
III.2.3)Technical capacity
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
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
no
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
14.3.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
31.3.2014
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: 14.3.2014 - 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:
3.2.2014