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

C0231 - Foster Care Framework.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Birmingham City Council, Corporate Procurement Services
PO Box 10680
Contact point(s): Corporate Procurement Services
B4 7WB Birmingham
UNITED KINGDOM
Telephone: +44 1213037322
E-mail:

Internet address(es):

General address of the contracting authority: www.finditinbirmingham.com

Address of the buyer profile: www.in-tendhost.co.uk/birmingham

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: yes

Birmingham City Council, Coventry City Council, Dudley Metropolitan Borough Council, Herefordshire Council, Sandwell Metropolitan Borough Council, Shropshire County Council, Solihull Metropolitan Borough Council, Staffordshire County Council, Stoke-on-Trent City Council, Borough of Telford and Wrekin, Walsall Council, Warwickshire County Council, Wolverhampton City Council and Worcestershire County Council

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
C0231 - Foster Care Framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 25: Health and social services

NUTS code UKG1,UKG2,UKG3

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 90

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 440 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Birmingham City Council invites you to tender for a framework contract for the provision of foster care services by independent fostering agencies.
This will be on a framework contract with Birmingham City Council with the ability for the following local Authorities to be able to call off from the framework: Coventry City Council, Dudley Metropolitan Borough Council, Herefordshire Council, Sandwell Metropolitan Borough Council, Shropshire County Council, Solihull Metropolitan Borough Council, Staffordshire County Council, Stoke-on-Trent City Council, Borough of Telford and Wrekin, Walsall Council, Warwickshire County Council, Wolverhampton City Council and Worcestershire County Council.
The framework will commence on 4.4.2016 for a period of 2 years with an option to extend further for up to 2 years.
Based on current data sourced from the above named local authorities, it is anticipated that the activity under this proposed framework will be:
- Around 1 700 new placements each year,
- Circa 110 000 000 GBP spend each year.
II.1.6)Common procurement vocabulary (CPV)

85311300

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
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
Starting 4.4.2016. Completion 3.4.2018

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Contracting Authority reserves the right to require deposits, guarantees, bonds and/or other forms of appropriate security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Will be in the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and Several Liability.
No special legal form is required but in the case of group bidders the authority requires that a prime service provider assumes primary liability for the group and that each organisation in the group accepts joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The successful tenderer will be required to participate actively in the service related economic, social and environmental regeneration of the locality of and surrounding the place of delivery for the procurement. Accordingly, tender evaluation and contract performance conditions may relate in particular to social, economic and environmental considerations. In addition, the successful bidders who will offer their service to Birmingham City Council will be expected to sign up to the Birmingham Business Charter for Social Responsibility (see tender document).
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 documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the tender documentation.
Minimum level(s) of standards possibly required: As set out in the tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the tender documentation.
Minimum level(s) of standards possibly required:
As set out in the tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
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:
C0231
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 11.11.2015
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
12.11.2015 - 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: 12.11.2015 - 12:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: September 2019.
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:
12.10.2015

Other interesting websites