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

C0218 Provision of Prevention Services.

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
10 Woodcock Street
Contact point(s): Corporate Procurement Services
B4 7WB Birmingham
UNITED KINGDOM
Telephone: +44 1214648000
E-mail:
Fax: +44 1213037322

Internet address(es):

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

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

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:
C0218 Provision of Prevention Services.
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 UKG31

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)
Birmingham City Council, prevention services currently support approximately 20,000 people in Birmingham to remain independent and continue to live in their homes. The provision of prevention services also directly supports the objectives of the Future Council Programme by offering the potential to reduce demand and expenditure on more costly Social Care and health interventions and therefore invites organisations to tender for various prevention services lots:-
Lot 1: Mental Health Accommodation with Floating Support
Lot 2: Mental Health Floating Support
Lot 3: Learning Disabilities Accommodation with Floating Support
Lot 4: Learning Disabilities Floating Support
Lot 5: Physical Disabilities Floating Support
Lot 6: HIV & TB Floating Support
Lot 7: Learning Disabilities Hub
Lot 8: Universal Well-being services for Citizens with Autism
Lot 9: Universal Well-being services for Citizens with Sickle Cell and Thalassemia
Lot 10: Universal Well-being services for: frail and older citizens
These services are to start by 1.7.2016 for a period of 3 years with a potential extension for a further 2 years.
In addition some of the services commissioned through this procurement process may also be eligible for match funding allocated via the European Structural and Investment Fund Strategy (Greater Birmingham and Solihull Local Enterprise Partnership). Additional performance monitoring requirements relating to this funding will be required as a condition of contract.
There will be half day tender briefing approximately two weeks following the publication of this advert.
Please note the small grants opportunities (up to 10 000 GBP) will be published separately. In addition the Universal Prevention Services Mental Health provision now has a pooled budget with the Clinic Commissioning Groups and will be tendered separately in 2016/17.
II.1.6)Common procurement vocabulary (CPV)

85000000, 85100000, 85323000

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: 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
Options: yes
Description of these options: Potential extension for a further three years.
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Mental Health Accommodation with Floating Support
1)Short description
Mental Health Accommodation with Floating Support.
2)Common procurement vocabulary (CPV)

85000000, 85100000, 85323000

3)Quantity or scope
Proposed budget for Lot 1 and 2 3 763 500 GBP per year.
Proposed numbers of bed spaces 180.
Proposed number of clients per year 180.
Proposed number of hours 158 897- 212 661 per year (based on 6 hours pppw).
Indicative price 14.00 GBP - 17.50 GBP per hour.
Estimated value excluding VAT: 3 763 500 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
This Lot maybe eligible for match funding in 2016 if the application to the ESIF is successful by the Contracting Authority. It is our intention to award contracts to a more than 1 organisation, based upon price, quality and social value.
Lot No: 2 Lot title: Mental Health Floating Support
1)Short description
Mental Health Floating Support.
2)Common procurement vocabulary (CPV)

85000000, 85100000

3)Quantity or scope
Proposed budget for Lot 1 and 2 3 763 500 GBP per year.
Proposed number of clients per year 764-1022.
Proposed number of hours 56 160 per year (based on 4 hrs pppw).
Indicative price 14.00 GBP - 17.50 GBP per hour.
Estimated value excluding VAT: 3 763 500 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
This Lot maybe eligible for match funding in 2016 if the application to the ESIF is successful by the Contracting Authority. It is our intention to award contracts to a more than 1 organisation, based upon price, quality and social value.
Lot No: 3 Lot title: Learning Disabilities Accommodation with Floating Support
1)Short description
Learning Disabilities Accommodation with Floating Support.
2)Common procurement vocabulary (CPV)

85000000, 85100000, 85323000

3)Quantity or scope
Proposed budget for Lot 3 and 4 3 524 500 GBP per year
Proposed numbers of bed spaces 200
Proposed number of clients per year 200
Proposed number of hours 139 000- 189 500 per year (based on 6 hrs pppw)
Indicative price 14.00 GBP - 17.50 GBP per hour.
Estimated value excluding VAT: 3 524 500 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
This Lot maybe eligible for match funding in 2016 if the application to the ESIF is successful by the Contracting Authority. It is our intention to award contracts to a more than 1 organisation, based upon price, quality and social value.
Lot No: 4 Lot title: Learning Disabilities Floating Support
1)Short description
Learning Disabilities Floating Support.
2)Common procurement vocabulary (CPV)

85000000, 98000000

3)Quantity or scope
Proposed budget Lot 3 and 4 3 524 500 GBP per year
Proposed number of clients per year 668- 910
Proposed number of hours 62 400 per year (based on 4 hrs pppw)
Indicative price 14.00 GBP - 17.50 GBP per hour.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
This Lot maybe eligible for match funding in 2016 if the application to the ESIF is successful by the Contracting Authority. It is our intention to award contracts to a more than 1 organisation, based upon price, quality and social value.
Lot No: 5 Lot title: Physical Disabilities Floating Support
1)Short description
Physical Disabilities Floating Support.
2)Common procurement vocabulary (CPV)

85000000, 98000000

3)Quantity or scope
Proposed budget 200 000 GBP per year
Indicative price 14.00 GBP - 17.50 GBP per hour.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
This Lot maybe eligible for match funding in 2016 if the application to the ESIF is successful by the Contracting Authority. It is our intention to award contracts to a more than 1 organisation, based upon price, quality and social value.
Lot No: 6 Lot title: HIV & TB Floating Support
1)Short description
HIV & TB Floating Support.
2)Common procurement vocabulary (CPV)

85000000, 98000000

3)Quantity or scope
Proposed budget 250 000 GBP per year (+10 000 GBP - 15 000 GBP from Solihull Metropolitan Borough Council).
Indicative price 14.00 GBP - 17.50 GBP per hour.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
This Lot maybe eligible for match funding in 2016 if the application to the ESIF is successful by the Contracting Authority. It is our intention to award contracts to a more than 1 organisation, based upon price, quality and social value.
Lot No: 7 Lot title: Learning Disabilities Hub
1)Short description
Learning Disabilities Hub.
2)Common procurement vocabulary (CPV)

85000000

3)Quantity or scope
Proposed budget 200 000 GBP per year.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
This Lot maybe eligible for match funding in 2016 if the application to the ESIF is successful by the Contracting Authority. It is our intention to award contracts to 1 organisation / consortia or partnership.
Lot No: 8 Lot title: Autism inclusive services to meet outcomes of specification
1)Short description
Autism inclusive services to meet outcomes of specification.
2)Common procurement vocabulary (CPV)

85000000, 98000000

3)Quantity or scope
Proposed budget circa 50 000 GBP per year.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
This Lot maybe eligible for match funding in 2016 if the application to the ESIF is successful by the Contracting Authority. It is our intention to award contracts to 1 organisation / consortia or partnership.
Lot No: 8 Lot title: Autism inclusive services to meet outcomes of specification
1)Short description
Autism inclusive services to meet outcomes of specification.
2)Common procurement vocabulary (CPV)

85000000, 98000000

3)Quantity or scope
Proposed budget circa £50,000 per year.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
This Lot maybe eligible for match funding in 2016 if the application to the ESIF is successful by the Contracting Authority. It is our intention to award contracts to 1 organisation / consortia or partnership.
Lot No: 9 Lot title: Sickle Cell inclusive services to meet outcomes of specification
1)Short description
Sickle Cell inclusive services to meet outcomes of specification.
2)Common procurement vocabulary (CPV)

85000000

3)Quantity or scope
Proposed budget circa £50,000 per year.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
This Lot maybe eligible for match funding in 2016 if the application to the ESIF is successful by the Contracting Authority. It is our intention to award contracts to a more than 1 organisation, based upon price, quality and social value.
Lot No: 10 Lot title: Non-specific for frail and vulnerable meets one or more outcomes of specification
1)Short description
Non-specific for frail and vulnerable meets one or more outcomes of specification.
2)Common procurement vocabulary (CPV)

85000000

3)Quantity or scope
Proposed budget circa 2 000 000 GBP per year.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
This Lot maybe eligible for match funding in 2016 if the application to the ESIF is successful by the Contracting Authority.
It is our intention to award contracts to more than 1 organisation, based on innovative delivery methods and needs of citizens at District level within a mix of different type of services. In addition the allocation will relate to a measure of equity on the use of the limited financial resource across the city.

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:
This 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
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:
C0218
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
10.12.2015 - 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

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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:
28.10.2015

Other interesting websites