Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Pembrokeshire County Council
County Hall, Haverfordwest
Pembrokeshire
SA61 1TP
UK
Telephone: +44 1437775640
E-mail: roxanne.kehoe@pembrokeshire.gov.uk
Fax: +44 1437775578
NUTS: UKL14
Internet address(es)
Main address: www.pembrokeshire.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0255
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://etenderwales.bravosolution.co.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of a Domiciliary Care Framework Agreement - Reopening (1) of Lot 5
Reference number: PROC/1617/018-03
II.1.2) Main CPV code
85300000
II.1.3) Type of contract
Services
II.1.4) Short description
Pembrokeshire County Council invite you to submit a bid to provide Domiciliary Care services for Service Users under Lot 5 - County Wide Approved List
**Lots 1, 2, 3 and 5 were previously awarded under tender PROC/1617/018**
II.1.5) Estimated total value
Value excluding VAT:
2 600 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85300000
II.2.3) Place of performance
NUTS code:
UKL14
Main site or place of performance:
County Wide Approved List
II.2.4) Description of the procurement
Provide Domiciliary Care services for Service Users
County Wide
II.2.5) Award criteria
Criteria below:
Quality criterion: Safeguarding
/ Weighting: 3
Quality criterion: Social Care and Wellbeing (Wales) Act 2014
/ Weighting: 4
Quality criterion: workforce
/ Weighting: 6
Quality criterion: mobilise resources
/ Weighting: 2
Quality criterion: maximising wellbeing
/ Weighting: 5
Quality criterion: service user outcomes
/ Weighting: 4
Quality criterion: Dementia
/ Weighting: 2
Quality criterion: quality assurance
/ Weighting: 4
Quality criterion: innovation, best practices, increases in efficiency
/ Weighting: 3
Quality criterion: co-ordinated and effective service
/ Weighting: 2
Quality criterion: engage/consult with service users
/ Weighting: 3
Quality criterion: service users and their families
/ Weighting: 2
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/06/2018
End:
29/02/2020
This contract is subject to renewal: Yes
Description of renewals:
with an option to extend by up to 24 months
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
with an option to extend by up to 24 months
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Service Providers must be CSSIW registered
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2017/S 066-124559
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
08/05/2018
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
08/05/2018
Local time: 12:00
Place:
County Hall, Haverfordwest
Information about authorised persons and opening procedure:
To be opened by committee services
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Any time from six months prior to the expiry of the framework on the 28th February 2020
VI.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=79751
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Targeted Recruitment & Training
(WA Ref:79751)
VI.4) Procedures for review
VI.4.1) Review body
Pembrokeshire County Council
County Hall, Haverfordwest
Pembrokeshire
SA61 1TP
UK
Telephone: +44 1437775905
Fax: +44 1437776510
Internet address(es)
URL: www.pembrokeshire.gov.uk
VI.5) Date of dispatch of this notice
04/04/2018