Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Vale of Glamorgan Council
Civic Offices, Holton Road
BARRY
CF63 4RU
UK
Contact person: Hedd Wyn John
Telephone: +44 1446700111
E-mail: hjjohn@valeofglamorgan.gov.uk
NUTS: UKL22
Internet address(es)
Main address: http://www.valeofglamorgan.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0275
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.sell2wales.gov.wales
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.sell2wales.gov.wales
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
TESS Contracts 1 & 2 for the Vale of Glamorgan Council
Reference number: VOG/SP(07/05)/21
II.1.2) Main CPV code
85300000
II.1.3) Type of contract
Services
II.1.4) Short description
The Vale of Glamorgan Council’s Supporting People Team is tendering for the TESS 1&2 generic floating support service to provide housing related support to people at risk of homelessness and/or people who require support to maintain their tenancies living in the Vale of Glamorgan.
II.1.5) Estimated total value
Value excluding VAT:
1 950 000.00
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:
UKL22
Main site or place of performance:
The Vale of Glamorgan
II.2.4) Description of the procurement
The TESS service is one of the of the Vale’s longest running housing related support services and is a key component of floating support in the Vale. The current contract has been in place since 2016 and depending on timescales the Vale of Glamorgan Council’s aim is to have a new contract in place to commence from the 1st of July or 1st August 2021.
The new contract will run for 3 years and include the option for an additional two 12-month extensions, making 5 years the maximum possible duration of this contract.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
1 950 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
The new contract will run for three years with the option to extend for an additional two 12 month extensions.
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
It is the view of the Council that TUPE applies to this contract. To that end TUPE information has been supplied by the incumbent provider Pobl and included with the tender documents.
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:
See attached tender documents
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
III.2.2) Contract performance conditions
Please see attached tender documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
10/06/2021
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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:
10/06/2021
Local time: 12:00
Place:
Online through Sell2Wales Portal
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
5 years
VI.3) Additional information
Please be aware that a 20 minute presentation has been provisionally scheduled for Monday 14th June. Full details are provided in the tender documents.
Please ensure all queries and return submissions are forwarded through the Sell2Wales portal. The Council can not accept any correspondence regarding this tender outside of the portal.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=110369.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(WA Ref:110369)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
06/05/2021