Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/96543cf1-fee5-4a25-bd58-d3549dbbeb0e
13th September 2017 - Opportunity notice on Contracts Finder
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}
]
}
]
}