Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Cumbria County Council
Postal address: 117 Botchergate
Town: Carlisle
NUTS code: UKD1 Cumbria
Postal code: CA1 1RD
Country: United Kingdom
Contact person: Supplier Engagement Team
E-mail: supplier.engagement@useadam.co.uk
Internet address(es):
Main address: www.cumbria.gov.uk
Address of the buyer profile: http://demand.sproc.net
I.3)CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge, at: http://demand.sproc.net
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.sproc.net
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Any Qualified Provider (AQP) Framework for the Provision of Home Care Services
II.1.2)Main CPV code85300000 Social work and related services
II.1.3)Type of contractServices
II.1.4)Short description:
Social care support during the day for people living in their own homes.
Main place of delivery generally but not exclusively to sites as directed within the area covered by Cumbria CC Departments, it's customers and NHS Cumbria Clinical Commissioning Group and Cumbria Partnership NHS Foundation Trust and any person or successor body replacing NHS Cumbria Clinical Commissioning Group and Cumbria Partnership NHS Foundation Trust in title or in function.
II.1.5)Estimated total valueValue excluding VAT: 81 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: UKD1 Cumbria
II.2.4)Description of the procurement:
An Any Qualified Provider (AQP) ‘framework’ is to be set up to meet the needs of Social Care support during the day for people living in their own homes. An AQP framework will ensure sufficient capacity to meet demand for clients in Cumbria
The AQP ‘framework’ approach will appoint multiple organisations capable of delivering the specified service. The providers will be selected at time of need. They will register an interest to a commission, and selected according to published criteria.
Fixed price per unit, please see procurement documents.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: All quality criteria are stated only in the procurement documents / Weighting: 100
Price - Weighting: 0
II.2.6)Estimated valueValue excluding VAT: 81 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 999
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Please note that AQP does not limit the number of candidates
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Refer to procurement documents and contract documents available at http://demand.sproc.net
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 29/08/2023
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.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
Cumbria County Council is fully supportive of all aspects of diversity including ethnicity, race, religion, age, disability and sexual orientation. In this respect Cumbria County Council welcomes expressions of interest from ethnic minority, disabled and other diverse business communities and the voluntary sector. Economic operators are therefore required to fully comply with all statutory obligations/applicable legislation and there will be a requirement to participate in the Authority’s supplier audits on all aspects of diversity. The Contracting Authority expressly reserves the right:
(I) not to award any contract as a result of the procurement process commenced by publication of this notice; and
(II) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Authority be liable for any costs incurred by the candidates. If the Authority decides to enter into a contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. The contract is for 4 years. The total value provided is only an estimate. Local Authorities have a duty under the Local Government Act 2003 to obtain best value in the procurement of works, services and supplies and to secure continuous improvement in the way they carry out their functions, having regard to a combination of economy, efficiency and effectiveness. This means that when procuring contracts, the Council will, on a case by case basis, weigh up the costs of the contract against the benefits off their employment terms for contractors employees and any resulting benefit to the Council. There is scope forgiving some weight at the tender evaluation stage to the attitude of contractors, suppliers and some service providers to fair employment clauses and of the Council’s fiduciary duty to tax payers and obtaining best value. Each case will be considered separately and flexibly, with any impact on costs fully assessed and justified.
Please note that AQP does not limit the number of candidates.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Her Majesty's Court Service
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: Adam HTT Ltd
Postal address: The Pinnacle, 170 Midsummer Boulevard
Town: Milton Keynes
Postal code: MK9 1BP
Country: United Kingdom
E-mail: supplier.engagement@useadam.co.uk
Internet address: http://demand.sproc.net/
VI.5)Date of dispatch of this notice:28/06/2019
http://ted.europa.eu/udl?uri=TED:NOTICE:305920-2019:TEXT:EN:HTML&src=0&tabId=2