Award

17-003 Learning Disability Supported Living

ROTHERHAM MBC

This public procurement record has 2 releases in its history.

AwardUpdate

24 Jan 2018 at 10:36

Tender

13 Sep 2017 at 11:43

Summary of the contracting process

Rotherham Metropolitan Borough Council (RMBC) is seeking tenders for the "17-003 Learning Disability Supported Living" project, aimed at providing essential services for individuals with learning disabilities in Rotherham. This procurement process, currently in the award stage, allows bids from organisations capable of managing two supported living schemes located at Oak Close in Wath-Upon-Dearne and John Street in Thurcroft. The tender period closed on 12 October 2017, with the contract set to commence on 1 April 2018 and run for a duration of up to five years. The estimated total value of the contract over its full term is approximately £10.6 million, with an annual gross cost of around £2.1 million.

This contract provides a substantial opportunity for growth, particularly for businesses specialising in health and social care services. Companies that focus on supported living, community services, or those experienced in working with individuals with learning disabilities will find themselves well-positioned to compete. Potential providers may also need to be prepared for workforce implications due to the Transfer of Undertakings (Protection of Employment) Regulations, ensuring a smooth transition while maintaining the quality of care and support for service users.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

17-003 Learning Disability Supported Living

Notice Description

Rotherham Metropolitan Borough Council (RMBC) are inviting bids from organisations who are able to meet the requirements for the supply of to provide services that meet RMBC's current needs for the provision of two supported living schemes currently delivered by The Rotherham Doncaster and South Humber NHS Foundation Trust (RDaSH) for people with learning disabilities in Rotherham. Lot 1 Oak Close is a Supported Living Scheme for people with learning disabilities, Autism, Mental Health difficulties and Acquired Brain Injuries situated in Wath-Upon-Dearne. The service users have a wide range of needs and receive different levels of support from 2 hours a day to 1:1 at all times. Most of the service users attend day services. Assistive technology is used throughout the flats including bed sensors, epilepsy monitors and door sensors. The scheme comprises of 16 purpose-built, self-contained apartments with communal lounge that were built in 2015 together with an additional four beds in a house also on the site. There is currently 1 vacancy in the house. Lot 2 John Street is a Supported Living Scheme for people with profound and multiple learning disabilities, physical disabilities and sensory impairments situated in Thurcroft. Many of the service users have mobility issues and are wheelchair users and attend day services. The scheme comprises of three five bedded bungalows totalling 15 beds. There are currently 2 vacancies. The properties are owned by South Yorkshire Housing Association and the service is run by and CQC registered with RDaSH. Bids are invited by RMBC for 1 or 2 providers to operate Oak Close and John Street. The Provider(s) will supply support services that meet the individual needs of 35 people with learning disabilities. The specification requires the provider to support the individuals to lead as independent a life as possible in a person centred way, including personal care, social and emotional wellbeing, undertaking meaningful daytime activities, relationship building and tenancy support. It is envisaged that the schemes will need to go through a period of change in terms of approach and culture to enable service users to have increased choice and control in their Lives. The new provider will be expected to maintain the current level of service standard and make improvements where possible. The current estimated value of the contract over its proposed term (i.e. 3 years plus 2 additional 1 year extensions) is approximately PS10.6m but this is based on current gross cost of the service. The estimated current gross cost of the services is PS2.1m per annum. However this does not carry any guarantee of turnover and any estimated volumes of business are indicative and may vary upwards or downwards depending on actual future needs. Additional information: The current provider of this service considers that the European Community Acquired Rights Directive (77/187/EEC, as amended by Directive 98/50EC and consolidated in Directive 2001/23/EC) and the Transfer of Undertakings (Protection of Employment) Regulations 2006" as amended by the "Collective Redundancies and Transfer of Undertakings (Protection of Employment) (Amendment) Regulations 2014 apply to the contract. Tenderers are therefore advised to seek independent professional advice on the implications of the Directive and the Transfer of Undertakings (Protection of Employment) (Amendment) Regulations 2014 for their company should they be awarded the contract. Details of the staff entitled to transfer will be included with this invitation to tender. In letting this contract and in accordance with the Code of Practice on Workforce Matters contained in ODPM Circular 03/2003, the current provider and the Council will apply the principles set out in the Cabinet Office Statement of Practice on Staff Transfers in the Public Sector, including the annex to it, 'A Fair Deal for Staff Pensions'. The Fair Deal 2013 policy requires public authorities to ensure that its transferring employees are offered continued access to their legacy scheme. In accordance with this policy, therefore, it is a condition of the Contract that the successful Tenderer offers the eligible employees TUPE transferring from the current service provider continued membership of the NHS Pension Scheme (RMBC preferred option) or a broadly comparable scheme. Full details outlining the staff involved are supplied as part of the tender process and full information is available in the ITT pack. Bidders and other recipients of this ITT are reminded that the issue of this ITT in no way commits RMBC to award any contract pursuant to the tender process and that neither RMBC, nor any of their advisers, shall be liable for any expenses incurred by Bidders or such recipients in connection with the tender process. The details set out in this ITT are given in good faith and believed to be correct. However, RMBC does not warrant the accuracy of those details and each Tenderer should make its own appropriate enquiries.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-6cb24063-4af9-4778-bed7-ae6e21dcfa8a
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/96543cf1-fee5-4a25-bd58-d3549dbbeb0e
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services

98 - Other community, social and personal services


CPV Codes

85000000 - Health and social work services

98000000 - Other community, social and personal services

Notice Value(s)

Tender Value
£10,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
£10,580,715 £10M-£100M
Contracts Value
Not specified

Notice Dates

Publication Date
24 Jan 20188 years ago
Submission Deadline
12 Oct 2017Expired
Future Notice Date
Not specified
Award Date
19 Dec 20178 years ago
Contract Period
25 Mar 2018 - 25 Mar 2021 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
ROTHERHAM MBC
Contact Name
Ian Murphy
Contact Email
ian.murphy@rotherham.gov.uk
Contact Phone
+44 1709334517

Buyer Location

Locality
ROTHERHAM
Postcode
S60 1AE
Post Town
Sheffield
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE3 South Yorkshire
Small Region (ITL 3)
TLE34 Rotherham
Delivery Location
TLE Yorkshire and The Humber

Local Authority
Rotherham
Electoral Ward
Boston Castle
Westminster Constituency
Rotherham

Supplier Information

Number of Suppliers
1
Supplier Name

TURNING POINT SERVICES

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-6cb24063-4af9-4778-bed7-ae6e21dcfa8a-2018-01-24T10:36:04Z",
    "date": "2018-01-24T10:36:04Z",
    "ocid": "ocds-b5fd17-6cb24063-4af9-4778-bed7-ae6e21dcfa8a",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "ROTHMBC001-DN256935-37319927",
        "title": "17-003 Learning Disability Supported Living",
        "description": "Rotherham Metropolitan Borough Council (RMBC) are inviting bids from organisations who are able to meet the requirements for the supply of to provide services that meet RMBC's current needs for the provision of two supported living schemes currently delivered by The Rotherham Doncaster and South Humber NHS Foundation Trust (RDaSH) for people with learning disabilities in Rotherham. Lot 1 Oak Close is a Supported Living Scheme for people with learning disabilities, Autism, Mental Health difficulties and Acquired Brain Injuries situated in Wath-Upon-Dearne. The service users have a wide range of needs and receive different levels of support from 2 hours a day to 1:1 at all times. Most of the service users attend day services. Assistive technology is used throughout the flats including bed sensors, epilepsy monitors and door sensors. The scheme comprises of 16 purpose-built, self-contained apartments with communal lounge that were built in 2015 together with an additional four beds in a house also on the site. There is currently 1 vacancy in the house. Lot 2 John Street is a Supported Living Scheme for people with profound and multiple learning disabilities, physical disabilities and sensory impairments situated in Thurcroft. Many of the service users have mobility issues and are wheelchair users and attend day services. The scheme comprises of three five bedded bungalows totalling 15 beds. There are currently 2 vacancies. The properties are owned by South Yorkshire Housing Association and the service is run by and CQC registered with RDaSH. Bids are invited by RMBC for 1 or 2 providers to operate Oak Close and John Street. The Provider(s) will supply support services that meet the individual needs of 35 people with learning disabilities. The specification requires the provider to support the individuals to lead as independent a life as possible in a person centred way, including personal care, social and emotional wellbeing, undertaking meaningful daytime activities, relationship building and tenancy support. It is envisaged that the schemes will need to go through a period of change in terms of approach and culture to enable service users to have increased choice and control in their Lives. The new provider will be expected to maintain the current level of service standard and make improvements where possible. The current estimated value of the contract over its proposed term (i.e. 3 years plus 2 additional 1 year extensions) is approximately PS10.6m but this is based on current gross cost of the service. The estimated current gross cost of the services is PS2.1m per annum. However this does not carry any guarantee of turnover and any estimated volumes of business are indicative and may vary upwards or downwards depending on actual future needs. Additional information: The current provider of this service considers that the European Community Acquired Rights Directive (77/187/EEC, as amended by Directive 98/50EC and consolidated in Directive 2001/23/EC) and the Transfer of Undertakings (Protection of Employment) Regulations 2006\" as amended by the \"Collective Redundancies and Transfer of Undertakings (Protection of Employment) (Amendment) Regulations 2014 apply to the contract. Tenderers are therefore advised to seek independent professional advice on the implications of the Directive and the Transfer of Undertakings (Protection of Employment) (Amendment) Regulations 2014 for their company should they be awarded the contract. Details of the staff entitled to transfer will be included with this invitation to tender. In letting this contract and in accordance with the Code of Practice on Workforce Matters contained in ODPM Circular 03/2003, the current provider and the Council will apply the principles set out in the Cabinet Office Statement of Practice on Staff Transfers in the Public Sector, including the annex to it, 'A Fair Deal for Staff Pensions'. The Fair Deal 2013 policy requires public authorities to ensure that its transferring employees are offered continued access to their legacy scheme. In accordance with this policy, therefore, it is a condition of the Contract that the successful Tenderer offers the eligible employees TUPE transferring from the current service provider continued membership of the NHS Pension Scheme (RMBC preferred option) or a broadly comparable scheme. Full details outlining the staff involved are supplied as part of the tender process and full information is available in the ITT pack. Bidders and other recipients of this ITT are reminded that the issue of this ITT in no way commits RMBC to award any contract pursuant to the tender process and that neither RMBC, nor any of their advisers, shall be liable for any expenses incurred by Bidders or such recipients in connection with the tender process. The details set out in this ITT are given in good faith and believed to be correct. However, RMBC does not warrant the accuracy of those details and each Tenderer should make its own appropriate enquiries.",
        "datePublished": "2017-09-13T12:43:08+01:00",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "98000000",
                "description": "Other community, social and personal services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 10000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2017-10-12T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2018-04-01T00:00:00+01:00",
            "endDate": "2021-03-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/96543cf1-fee5-4a25-bd58-d3549dbbeb0e",
                "datePublished": "2017-09-13T12:43:08+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Advert",
                "url": "https://procontract.due-north.com/Advert?advertId=a50dd1ee-7198-e711-80e4-005056b64545"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-29204",
            "name": "Rotherham MBC",
            "identifier": {
                "legalName": "Rotherham MBC"
            },
            "address": {
                "streetAddress": "Riverside House, Main Street",
                "locality": "Rotherham",
                "postalCode": "S60 1AE",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Ian Murphy",
                "email": "ian.murphy@rotherham.gov.uk",
                "telephone": "+44 1709334517"
            },
            "details": {
                "url": "http://www.rotherham.gov.uk/"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-47231",
            "name": "Turning Point Services Ltd",
            "identifier": {
                "legalName": "Turning Point Services Ltd"
            },
            "address": {
                "streetAddress": "Standon House, 21 Mansell Street, London, E1 8AA"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-29204",
        "name": "Rotherham MBC"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-6cb24063-4af9-4778-bed7-ae6e21dcfa8a-1",
            "status": "active",
            "date": "2017-12-19T00:00:00Z",
            "datePublished": "2018-01-24T10:36:04Z",
            "value": {
                "amount": 10580715,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-47231",
                    "name": "Turning Point Services Ltd"
                }
            ],
            "contractPeriod": {
                "startDate": "2018-03-26T00:00:00+01:00",
                "endDate": "2021-03-25T23:59:59Z"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/96543cf1-fee5-4a25-bd58-d3549dbbeb0e",
                    "datePublished": "2018-01-24T10:36:04Z",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "documentType": "tenderNotice",
                    "description": "Advert",
                    "url": "https://procontract.due-north.com/Advert?advertId=a50dd1ee-7198-e711-80e4-005056b64545"
                }
            ]
        }
    ]
}