Services - 448519-2018

13/10/2018    S198

United Kingdom-Norwich: Health and social work services

2018/S 198-448519

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Norfolk County Council
Postal address: 3rd Floor, County Hall, Martineau Lane
Town: Norwich
NUTS code: UKH1 East Anglia
Postal code: NR1 1DH
Country: United Kingdom
Contact person: Annie Southgate
E-mail: sourcingteam@norfolk.gov.uk
Internet address(es):
Main address: https://www.norfolk.gov.uk
Address of the buyer profile: https://in-tendhost.co.uk/norfolkcc/aspx/Home
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/norfolkcc/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://in-tendhost.co.uk/norfolkcc/aspx/Home
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Framework Agreement for Supported Living for Adults

Reference number: NCCT41317
II.1.2)Main CPV code
85000000 Health and social work services
II.1.3)Type of contract
Services
II.1.4)Short description:

Norfolk County Council wishes to establish a multi supplier Framework Agreement for the provision of supported living accommodation and support. The framework will be for 5 years from January 2019, with the option to extend for up to a further 5 years; subject to agreement of Norfolk County Council with the service providers. We will be opening the framework with Lot 1 which is for providers of the support and enablement services to people with a Learning Disability and is aimed at maximising peoples' opportunity to develop their skills, independence and achieve personal outcomes in order to enable them to be as independent, resilient and well as possible.

II.1.5)Estimated total value
Value excluding VAT: 300 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
85000000 Health and social work services
85311000 Social work services with accommodation
85312000 Social work services without accommodation
85312400 Welfare services not delivered through residential institutions
85300000 Social work and related services
II.2.3)Place of performance
NUTS code: UKH17 Breckland and South Norfolk
NUTS code: UKH16 North and West Norfolk
NUTS code: UKH15 Norwich and East Norfolk
Main site or place of performance:

II.2.4)Description of the procurement:

Lots 1 — is for providers of support and enablement to adults with Learning Disabilities. This lot is aimed at enabling people who use the services and providing them with the opportunities to develop their skills, gain independence and to achieve their personal outcomes.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

We reserve the right to update the Framework Agreement and all schedules or to add new lots where requirements have not been identified at the outset of this framework.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 50
In the case of framework agreements, provide justification for any duration exceeding 4 years:

The Council is subject to the Public Contracts Regulations 2015, and will be carrying out this procurement in accordance with the Light Touch Regime which applies to social services.

IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2018/S 114-259337
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 16/11/2018
Local time: 10:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.7)Conditions for opening of tenders
Date: 16/11/2018
Local time: 10:05
Place:

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

As and when required

VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

We reserve the right to update the Framework Agreement and all schedules or to add new lots where requirements have not been identified at the outset of this Framework. If we update any documents or add new lots in this way we will issue a notice to all Providers already on the Framework stating that a new specification/lot is available, and give all Providers already on the Framework an opportunity to state whether they wish to provide the new requirement. The Framework will be for 5 years from January 2019, with the option to extend for up to a further 5 years subject to agreement of Norfolk County Council with the service providers. The Council is subject to the Public Contracts Regulations 2015, and will be carrying out this procurement in accordance with the Light Touch Regime which applies to social services. The amount quoted is an estimate, usage will be based on need. If you would like to know more about this procurement, then please register on our e-tendering system (in-tend) (if you have not so already) and in the tenders section express interest in project NCCT41317. To register on the system go to http://in-tendhost.co.uk/norfolkcc. It is the Council's intention to open the framework as need dictates to encourage and increase capacity in the market. The Framework Agreement differs from those let under the non light touch regime in that the Council, exercising its flexibility, may let the Framework Agreements for longer than 4 years and may periodically open the framework for new applicants and/or add new lots. The Council intends to let this framework under Regulations 74 to 77 of the Public Contract Regulations 2015 (Light Touch Regime) under which the Council has flexibility as to the process or procedure to be used when purchasing certain services of which this is one.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Norfolk County Council
Town: Norwich
Postal code: NR1 2DH
Country: United Kingdom
E-mail: sourcingteam@norfolk.gov.uk
Internet address: https://www.norfolk.gov.uk/
VI.4.2)Body responsible for mediation procedures
Official name: Norfolk County Council
Town: Norwich
Postal code: NR1 2DH
Country: United Kingdom
E-mail: sourcingteam@norfolk.gov.uk
Internet address: https://www.norfolk.gov.uk/
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

VI.4.4)Service from which information about the review procedure may be obtained
Official name: Norfolk County Council
Town: Norwich
Postal code: NR1 2DH
Country: United Kingdom
E-mail: sourcingteam@norfolk.gov.uk
Internet address: https://www.norfolk.gov.uk/
VI.5)Date of dispatch of this notice:
10/10/2018