Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Solihull Metropolitan Borough Council
The Council House. Manor Square
Solihull
B91 3QB
UK
Person cyswllt: Corporate Procurement Service (Alastair Jewson)
E-bost: procteam@solihull.gov.uk
NUTS: UKG32
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.solihull.gov.uk
Cyfeiriad proffil y prynwr: http://www.csw-jets.co.uk/
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://in-tendhost.co.uk/csw-jets/aspx/Home
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
SOL-Money Management (Appointee and Deputy) Services 2024
Cyfeirnod: SOL - 18477
II.1.2) Prif god CPV
66000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Solihull Council in meeting various responsibilities under the Care Act 2014 and the Mental Capacity Act 2005, seeks to support residents to access ‘money management support’ where the people lack capacity to manage their own financial affairs. These are predominantly adults with learning disabilities or who are living with dementia or physical/sensory disabilities and mental health issues and who are known to social care teams. The Council wants to commission a Money Management Service that covers the provision of appointee and Property and Affairs deputy for people ("Clients") without suitable family or friends to provide such support to ensure that their financial matters are maintained and protected to improve their health and wellbeing and promote independence. This will include people living in their own homes, which could be a shared ownership property, rented accommodation, a supported living setting or registered residential care. The contract term is anticipated to ru
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UKG32
Prif safle neu fan cyflawni:
Solihull.
II.2.4) Disgrifiad o’r caffaeliad
Solihull Council in meeting various responsibilities under the Care Act 2014 and the Mental Capacity Act 2005, seeks to support residents to access ‘money management support’ where the people lack capacity to manage their own financial affairs. These are predominantly adults with learning disabilities or who are living with dementia or physical/sensory disabilities and mental health issues and who are known to social care teams. The Council wants to commission a Money Management Service that covers the provision of appointee and Property and Affairs deputy for people ("Clients") without suitable family or friends to provide such support to ensure that their financial matters are maintained and protected to improve their health and wellbeing and promote independence. This will include people living in their own homes, which could be a shared ownership property, rented accommodation, a supported living setting or registered residential care. The contract term is anticipated to run for 3 years from 1 July 2024 to 30 June 2027, with an option to extend for up to 4 years (potentially to 30 June 2031). The total contract value is approximately £627,680 (subject to demand). Appointee fees will be fixed and are determined by the Council; therefore, evaluation will be based on criteria which will be 95% Quality, and 5% Social Value. Tenderers are required to have a minimum annual turnover of £189,040 which is calculated on the basis of up to two times the anticipated annual value of the contract (Year 1) and the level of associated risk. Schedule 3 services are not subject to the full regime of PCR 2015 but are instead governed by the Light-Touch Regime (LTR) Regulations 74 to 77 of the Public Contract Regulations (PCR) 2015. Neither the inclusion of a bidder selection stage, nor the use of any language or terms found in the PRC 2015, nor the description of the procedure voluntarily adopted by the Contracting Authorities ('Open', 'Restricted', etc., or any other description), nor any other indication, shall be taken to mean that the Contracting Authorities intends to hold itself bound by PCR 2015, save by the provisions applicable to services coming within the scope of Schedule 3 of PCR 2015. The Contracting Authority will run a transparent tender process, treating all bidders equally and will follow the basic principles of the procedures to test the capacity, capability, technical and financial competence of bidders. The Council reserves the right to not use or to modify the standard standstill period.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 627 680.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
01/07/2024
Diwedd:
30/06/2027
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The contract term is anticipated to run for 3 years from 1 July 2024 to 30 June 2027, with an option to extend for up to 4 years (potentially to 30 June 2031).
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
Tenderers are required to have a minimum annual turnover of £189,040 which is calculated on the basis of up to two times the anticipated annual value of the contract (Year 1) and the level of associated risk. Please refer to tender documents.
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
Refer to tender documents.
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
Refer to Tender documents.
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
18/04/2024
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Rhaid i’r tendr fod yn ddilys tan:
17/06/2024
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
18/04/2024
Amser lleol: 12:00
Place:
Solihull MBC
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Solihull Metropolitan Borough Council
Solihull
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
Refer to tender documents.Alternatively, contact the Public Procurement Review Service by sending an email to: publicprocurementreview@cabinetoffice.gov.uk or by telephoning our help desk on: 0345 010 3503 .
VI.5) Dyddiad anfon yr hysbysiad hwn
11/03/2024