Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Vale of Glamorgan Council
Civic Offices, Holton Road
BARRY
CF63 4RU
UK
Telephone: +44 1446700111
E-mail: ssdtenders@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:
www.sell2wales.gov.wales
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
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
Extra Care Domicilliary Care Provision
II.1.2) Main CPV code
85311000
II.1.3) Type of contract
Services
II.1.4) Short description
The Council wishes to commission Domicilliary Care services for its Extra care provision.Services will be informed by outcome focused care and support to promote health and well-being. The Service will be delivered in accordance with the Conditions of Contract.
II.1.5) Estimated total value
Value excluding VAT:
1 700 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85311000
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
2.1 Central to Extra Care Housing is the provision of a range of high quality care and support designed to enable, support and encourage older people to live independently. The Service will play an integral part of the Extra Care Housing ethos by assisting Residents to lead independent and fulfilled lives while residing at Golau Caredig.
2.2 The Service will be delivered within the requirements of the Council’s Your Choice Policy.
2.3 Residents will retain control of their lives and remain as independent as possible. Services will be provided in such a way that Residents feel involved, secure and confident in the Services provided to them.
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:
1 700 000.00
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:
3 year contract with an option to extend for a further 2 years
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
The Services will be provided 24 (twenty-four) hours a day, 365 days per year in accordance with the assessed needs of individual Residents.
Any future agreement will be for three (3) years with the option to extend for up to an additional two (2) years.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
See 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:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
10/07/2018
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:
10/07/2018
Local time: 12:00
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 the Council intends to hold presentation / interviews for tenderers during the week commencing 23rd July 2018. Further details will be provided after the tender submission date.
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=82436.
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:82436)
VI.4) Procedures for review
VI.4.1) Review body
Vale of Glamorgan Council
Civic Offices, Holton Road
BARRY
CF63 4RU
UK
Telephone: +44 1446709767
Internet address(es)
URL: http://www.valeofglamorgan.gov.uk
VI.5) Date of dispatch of this notice
06/06/2018