Contract details
Contract: Dynamic Purchasing System for Supported and Independent Living (SaIL) Placement North West
Details
Buyer:
Sefton Council
Department:
Central Procurement
Title:
Dynamic Purchasing System for Supported and Independent Living (SaIL) Placement North West
Description:
The Dynamic Purchasing System has been divided into the following 3 Lots:
Lot 1 – Group living
Lot 2 – Accommodation with Floating Support
Lot 3 – Floating support (without accommodation)
In addition to the above Lots, the Lead Authority may extend the number and range of Lots under the Dynamic Purchasing System during the Dynamic Purchasing System Term. The additional lots may include but shall not be limited to the following:
Lot 4 – Supported Lodgings
Scope - Supported Lodgings for a young person are a room of their own in a private home where they are a member of the household, but are not expected to become a member of the family. In order to grow the Supported Lodgings Market and provide a future procurement platform, a Lot 4 will be added to the purchasing system. Supported Lodgings provide family style accommodation and young people are accommodated with registered ‘Householders’ in their homes, they will have their own room and share the kitchen and bathroom facilities. Each young person will receive support from their Householder and a support worker.
Practical & Emotional support provided may include:
• A furnished room within a household
• Help with accessing and engaging with education and employment
• Support to access benefits the young person is entitled to
• Support to develop independent living skills such as budgeting, cooking etc.
• Help with accessing specialist support
• Support to gain skills and confidence to sustain a tenancy
Lot 5 – Innovation
Scope - It may be required in the future to develop a Lot 5 to support the commissioning of outcome based, time limited interventions which would wrap round existing commissioned placements. This is because we would not expect providers to be experts and specialist in all fields. The type of additional support does not include therapy, but may include intervention regarding:
• Gun and gang
• County lines
• Substance misuse
• Knife crime
The Order Process for any additional Lots will remain the same as published by the Lead Authority within this ITT.
Lots 4 and 5 will be subject to the terms and conditions of the Dynamic Purchasing System Agreement and will also be subject to variation as per Public Contract Regulations 2015, Regulation 72(1)(a).
This procurement exercise is being run as an Open Invitation to Tender (ITT) and the Lead Authority will award places on the Purchasing System to providers that meet the criteria as stated in this document (please see pages 7-9 for further information). A provider may be awarded more than one Lot.
Where Tenderers have submitted a bid in response to this ITT, Tenderers are required to indicate which Lot (Lot 1, Lot 2, Lot 3, Lot 4) they wish to be considered for.
Please note that the Lead Authority requires Tenderers to submit a separate response to this ITT for each Lot. For example, if you wish to apply for Lots 1 and 2, you are required to provide the required information for each Lot.
The Dynamic Purchasing System has been divided into 4 regional zones to support market development and oversight. This will enable Local Authorities to build improved relationships with the providers in their local area. Providers are able to join only one zone each and a maximum of two zone. The additional zone will be only where a provider has existing property and that there is a very clear reason why they need to work across more than one zone. The zones that will cover the lots detailed above are -
GM Bolton Bury Manchester Oldham Rochdale Salford Stockport Tameside Trafford
Wigan
North Blackpool Blackburn with Darwen Cumbria Lancashire
LCR Halton Knowsley Liverpool, Sefton, St Helens Wirral
South Cheshire East Cheshire West and Chester Warrington
Providers will be placed on either List A or List B depending on several factors.
Until 31st July 2020 the predominant route for all placement referrals will be List B. This is because Providers must have equal opportunity to have undergone a North West Minimum Standards for Unregulated Support visit.
From the 1st August 2020 the predominant route to for placement referrals will be List A. If a placement is not identified, the Placing Authorities will then issue the referral to List B
List A – Providers who have successfully completed both quality evaluation and minimum standards
List B – Providers who have
• passed quality evaluation only
• been issued with an ISP or Improvement notification
The Lead Authority will award places on the Dynamic Purchasing System in accordance with this Invitation to Tender and will evaluate all responses to this Invitation to Tender in accordance with the evaluation criteria and scoring criteria detailed herein.
The Lead Authority expects to communicate decisions regarding initial placement of successful Tenderers (the “Provider”) onto its Dynamic Purchasing System as indicated in the timetable.
The Lead Authority shall aim to evaluate applications received after the initial deadline (and only when the Dynamic Purchasing System is live) within 4 weeks of receipt, and communicate the outcome as soon as practicable.
Tenderer’s should note that although this Dynamic Purchasing System is to be used as required by the Lead Authority, this Dynamic Purchasing System is open to and will be used by the 23 North West Local Authorities listed below -
Blackburn with Darwen Council
Blackpool Council
The Borough Council of Bolton
Bury Council
Cheshire East Council
Cheshire West and Chester Council
Cumbria County Council
Halton Borough Council
Knowsley Metropolitan Borough Council
Lancashire County Council
Liverpool City Council
Manchester City Council
Oldham Borough Council
Rochdale Borough Council
Salford City Council
Sefton Council
St Helens Council
The Metropolitan Borough Council of Stockport
Tameside Metropolitan Borough Council
Trafford Council
Warrington Borough Council
Wigan Council
Wirral Borough Council
The above 23 local authorities will be known as the Placing Authority/Authorities.
The result of this tender may not be exclusive to one supplier and the Lead Authority reserves the right to place orders with more than one approved successful Tenderer for the above said items or work.
The Lead Authority and Placing Authority/Authorities cannot guarantee to call off any specific quantities/work during the term of the Dynamic Purchasing System.
The Lead Authority and Placing Authority/Authorities reserves the right to clarify matters regarding a tender response with Tenderers during the tender evaluation process. In the event of such clarifications taking place the Lead Authority shall take into account any information submitted by a Tenderer by way of clarification. Please note, should you not respond to the deadline date and time provided for any clarifications issued by the Lead Authority, then the Lead Authority reserves the right to no longer continue with your tender application.
The Lead Authority reserves the right to issue supplementary documentation and information at any time during the tender process to clarify any issue or amend any aspect of the information provided. All such further information issued during the tender process shall be deemed to form part of this process and, where applicable, shall supersede any information provided to the extent indicated in the supplementary documentation.
Description of the geographical coverage:
Reference no:
DN499801
Estimated total value:
£13,000,000.00
Estimated annual value:
£1,300,000.00
VAT not recovered:
£0.00
Participating organisations:
N/A
Keywords:
N/A
Start date:
01/05/2020
End date:
31/03/2030
Awarded date:
18/09/2020
Awarded value:
Not set
Appraisal date:
Not provided
Review date:
01/04/2029
Initial contract period:
119 months
Total option to extend:
Total contract period:
119 months
Available extensions:
0 with 0 taken
Central purchasing body:
Bolton Council
Framework:
N/A
OJEU:
Yes
Process used:
ITT
Primary contact
Title:
Mr
First name:
Stuart
Surname:
Bate
Email address:
stuart.bate@sefton.gov.uk
Telephone number:
0151 934 4288
Fax number:
0151 934 4579
Mobile number:
Awarded supplier(s)
Company name | Company reg number | SME/VCS | VCS reg number | Contacts | Postcode |
---|---|---|---|---|---|
Actively Promoting Change Ltd | - | SME |
|
L30 4UJ | |
Advance Social Care limited | 9526102 | SME | N/A |
|
BB9 7AR |
Aftercare The Next Step Ltd | 06906555 | SME |
|
L16 3GU | |
Care & Community Ltd | 06467974 | SME |
|
M50 2GL | |
CFS CARE LTD | 10024203 | SME |
|
BL4 9JY | |
Changes Support Limited | 995736 | SME |
|
BL9 5BT | |
FSIP | 8078975 | SME | N/A |
|
M32 8DP |
In safe hands care and support Ltd | 12299445 | SME |
|
S13 9LQ | |
Isw csc | 10273928 | SME |
|
OL16 2YD | |
Keys PCE Limited | 10660100 |
|
B63 4AH | ||
Moving Up Care | 7052529 | SME |
|
WA1 2NL | |
Next Stage "A Way Forward" Ltd | 5022820 | SME |
|
BL5 3QJ | |
Northwest Leaving Care Services | 8068837 | SME |
|
BB12 6HH | |
Right Step Limited (RSL) | 07000398 | SME |
|
M23 9RQ | |
Rite Directions Ltd | 6592777 | SME |
|
LL34 6BA | |
Shield Support Hub Ltd | - | SME |
|
m261ht | |
TRANSITION 360 LIMITED | 09678494 | SME |
|
HX1 2HX | |
Young People First | 10615349 | SME |
|
NG8 3EZ | |
Your Path Leaving Care Ltd | - | SME | N/A |
|
PR2 9LH |
Notes
Public notes: