
Would you like to receive update from CareSync Experts?
Summary, notice description and lot information
Southampton City Council is undertaking a review of its current model of residential respite provision for adults with learning disabilities living in Southampton. This tender update, classified under "Social work and related services" (CPV code 85300000), falls under the services category. The procurement process is currently in the "Tender" stage with a market consultation phase to inform future commissioning.
uk by 20th March 2025. The tender addresses the needs of two respite provisions, Provision A and Provision B, with key clarifications regarding staffing models, service availability, and proposed operational adjustments. Southampton City Council is located at Civic Centre, Southampton, UKJ32, SO147LY.
This procurement process presents significant opportunities for businesses specialising in healthcare services, particularly those experienced in providing residential care. By participating in the consultation, businesses can help shape the future commissioning framework, potentially leading to long-term contracting opportunities. Companies with expertise in staffing for 24/7 care, emergency bed management, and operating within defined budget constraints will find this tender especially suitable.
Additionally, businesses capable of managing TUPE-related costs and integrating flexible staffing models will be well-positioned to compete effectively. Engaging in this preliminary market consultation can help businesses align their services with council requirements, fostering growth and establishing valuable partnerships.
THIS IS NOT A CALL FOR COMPETITION Southampton City Council is in the process of reviewing its current model of residential respite provision for adults with Learning Disabilities living in Southampton and would like to engage in preliminary market consultation, to inform future commissioning. Please note these proposals only relate to overnight residential respite for adults aged 18 years plus. Currently the Council runs a 4 bed respite unit (plus one emergency bed) in its own property, Provision A on the West of the City; and commissions an external provider to run a 3-bed respite service from another property, which the Council also owns, Provision B on the East of the City. The Council also commissions additional nights from other external provider/s. One proposal is to consolidate the majority of our residential respite provision into Provision A and Provision B and to only use other respite services for those clients with more complex health/clinical needs. To do this, one of our proposals is to expand our Provision A service from 4 beds to 6 beds (plus one emergency bed) and align service delivery across Provision A and Provision B respite sites, to deliver a single service across the two sites to achieve economies of scale. We are currently consulting on our proposals and exploring whether this 2-site provision (Provision A and Provision B) should be delivered by the Council or by external provider/s. We are therefore only seeking information at this stage. This request for information is to seek further views to inform the council's decision making and is not a call for a competitive procurement, any response provided by the market will remain confidential. Participation or non-participation in this market exercise is voluntary and non-binding and shall not prevent any organisation's ability to participate in any potential procurement process nor is it intended that any information supplied shall place any organisation at an advantage in any procurement process. Confidentiality is subject to the Council's statutory obligations such as under the Freedom of Act 2000 or other applicable legislation. Proposed Model - Assumptions Delivery of a residential respite service from two sites, both owned by the Council. Proposed sites * Provision B which is a 3 bedded provision * Provision A which would become a 6 bedded provision plus 1 emergency bed The Council will retain ownership of both sites and continue to bear the costs that are directly associated with the properties, for e.g. utilities, rates and building maintenance so these should not be included in your indicative costs. Proposed availability * Both provisions should be available 360 days a year. * Emergency capacity should be available throughout the year based at the Provision A site. Proposed Occupancy * Target occupancy for the core respite beds is proposed at 90% * Emergency bed occupancy is estimated at 70% Proposed Staffing * Both sites should be staffed 24/7 * Both sites should operate a 1:3 core staffing model (any additional 1:1 or 2:1 staffing costs will be charged separately) * It should be assumed that staffing for the emergency bed is supplemented by the core and where additional 1:1 staffing is needed, this would be chargeable separately. * The Council has the following existing staffing resource, it is likely that TUPE will apply: Provision A *correct as of 17/02/25 has a total staffing resource spend of PS373,788 per annum comprising the following staff: Role--------------------------------FTE**------Employers Pension Contribution Registered Manager-----1.0--------------16.8%*** Team leaders-----------------3.61------------16.8% Support Workers----------4.05-----------16.8% Housekeeper----------------0.81------------16.8% Information relating to the councils pay scales can be accessed here Pay scales ** FTE is based on 37 hours *** Information relating to the councils pensions can be accessed here Pensions Provision B *correct as of 17/02/25 has a total staffing resource spend of PS130,955 per annum, comprising the following staff: Role-------------------------------FTE**----Employers Pension Contribution Registered Manager----1.08---------3% Support Workers---------5.19----------3% * An incoming potential provider(s) will be responsible for any resulting redundancy or other TUPE related costs (redundancy/ T&C's/entitlements) these should be considered within your assumptions. Questions to respond to are: 1. How attractive, economically and operationally, do you think the council's proposal would be for the market and why? 2(a). What would you consider to be a best value indicative cost for delivering this 2-site provision? Please provide a range value cost to deliver this provision between PS xxxx and PSxxxx per annum based on the assumptions detailed throughout this document. The indicative range value cost should include: * all staffing costs, including training and annual/sick leave allowance. * all non-staff costs directly associated with running the service i.e. IT, telephones, clinical and domestic waste, travel, CQC registration, cleaning materials, equipment, maintenance of equipment ,consumables, stationery, food, laundry, surplus * and all overheads/corporate management costs, that your organisation would charge. * PLEASE EXCLUDE BUILDING COSTS E.G UTILITIES, BUILDING MAINTENANCE AND RATES. 2b). Please detail your additional assumptions that support these indicative costs An example is given below: Relates to: Staffing Assumptions: Grade Employer pension contributions @ x% Annual leave assumed at x days per year Sick leave provision @ x% of FTE posts TUPE contingency pot @ PSxxk for x post at risk of deletion Please send in responses to procurementhealthandcareteam@southampton.gov.uk By 20th March 2025, clarifications if required can also be made to this email address. Additional information: Please send in responses to procurementhealthandcareteam@southampton.gov.uk By 20th March 2025, clarifications if required can also be made to this email address.
Notice type, method, and CPV codes
Financial information and value estimates
Contract duration information not available.
Publication, submission, and award timeline
Current status of tender, lots, awards, and contracts
Buyer organisation and contact details
Supplier who was awarded this contract
External resources and data downloads
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector.
Our expert team can help you prepare a winning bid. Get professional support from CareSync Experts.
Get in touch with our team at Care Sync Experts today for a consultation.
Email: hello@caresyncexperts.co.uk
Phone: 0333 577 0877
Contact Us