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

Supported Living Scheme - Waterfields.

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: Angharad Boundford
HR1 1SF Hereford
UNITED KINGDOM
E-mail: [email protected]

Internet address(es):

General address of the contracting authority: https://www.herefordshire.gov.uk/business-and-employment/tenders-and-contracts/contact-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: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supported Living Scheme - Waterfields.
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: Herefordshire.
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)
Herefordshire Council (‘the Council') will be requesting tenders which cover the provision of Supported Living Services for the Waterfields residency (‘the Services'), which will be commissioned from the date of the Contract award. The services will generally be required to be delivered within individual's homes, which will be Waterfields. This will include a range of services as requested by service user choice in order to promote and retain independence.
The service specification, which is available as part the tender documentation, contains the full scope as to exact range of services are required under this Framework.
Waterfields provides shared supported accommodation for six individuals with a learning disability in the centre of Hereford. The property is made up of two semi-detached houses which primarily function as separate households; linked by a sleep-in room. Whilst the core support is shared across both sides of the house, all individual Service Users have their own personalised support packages too, which includes some 1:1 support
The people living at Waterfields have a variety of needs which we are keen to point out range far beyond just the practical support that they will need to manage their day-to-day lives.
Individual Service Users will require those supporting them to really get to know them, and to work in genuine partnership with each person and those family members and friends who are important to them. They will require tailored support that will match their aspirations, interests and skills. We want support that takes a creative and innovative approach to working with individuals and that doesn't simply stop at the basics. We want a Service Provider who can incorporate fresh thinking and proactive planning with individuals to ensure opportunities are created for people to access new experiences and challenges.
Effective and inclusive communication is the key to the support required by people at Waterfields, as three of the Service Users do not use spoken language as their main form of communication, relying on non-verbal communication and signing to engage fully with those around them.
People living at Waterfields require a holistic approach to support that does not view their lives as made up of a series of practical tasks, but supports people as individuals who, just like everyone else, want to live fulfilling and meaningful lives.
Outcomes:
- To maintain independence, health and wellbeing, to receive personalised care, and ensure a safe service which treats people with dignity and respect,
- To enable people to remain in their own homes for as long as they wish and be a part of their local community and support carers in their role.
II.1.6)Common procurement vocabulary (CPV)

85312000, 85310000, 85300000, 85000000, 98000000

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:
The Council is seeks in award and mobilise a contract for the services by 1.9.2014.The award will be to a sole provider with the potential flexibility for service user to contract outside of this arrangement for their one to one hours.
Any TUPE implications are likely to be minimal although it is the Councils intention to facilitate the transfer of data, this will be managed via the Tender process.
Support this may include personal care, preparation of meals and drinks, general household tasks, along with any specific or specialist care requirements as determined by individual needs or are assessment.
The provider's role in terms of the Waterfields provision is to include recruitment, assessment, training and management of care workers, in order to that all services provided under the Contract meet the individual needs whist incorporating the policies and procedures for adults safeguarding.
All organisations that provide Contract must hold the appropriate registration with the Care Quality Commission (CQC).
The commissioning objectives in respect of this service are:
(1) enhancing the quality of life for people with care and support needs;
(2) delaying and reducing the need for care and support;
(3) ensuring that people have a positive experience of care and support;
(4) safeguarding adults whose circumstances make them vulnerable and protecting them from avoidable harm;
Estimated value excluding VAT:
Range: between 700 000 and 850 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The contract will be for a period of 3 years subject to performance satisfaction. Additonally the Contract will include an option to extend by a period of 12 months. Maximum term will be 4 years.
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:
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 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 register with any relevant accreditation/certification schemes during the lifetime of the Contract.
I
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
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
30.6.2014 - 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: 30.6.2014 - 12:00

Place:

Tender will be open by authorised officers of the Council via the e Tendering portal.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: Between 36 and 48 months of award.
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. Variants will be accepted if accompanied by a compliant tender. 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 [email protected] 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
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:
14.5.2014