Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cardiff Council
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
UK
Telephone: +44 7794239725
E-mail: sharry@cardiff.gov.uk
NUTS: UKL22
Internet address(es)
Main address: www.cardiff.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://supplierlive.proactisp2p.com/Account/Login
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplierlive.proactisp2p.com/Account/Login
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Other: Supported Living
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Personal Domiciliary Care & Housing Related Support in a Supported Living Scheme
Reference number: ERFX1005156
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
The scheme known as, Ty Cornel, is located in the Grangetown area of Cardiff, it is supported accommodation with physical adaptations for an identified group of single homeless adults with a range of social, physical, substance misuse and mental health related difficulties. The Provider will be responsible for the provision of the Personal Domiciliary Care and the Housing Related Support services within the scheme to those people who are eligible.
II.1.5) Estimated total value
Value excluding VAT:
1 278 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
The scheme known as, Ty Cornel, is located in the Grangetown area of Cardiff, it is supported accommodation with physical adaptations for an identified group of single homeless adults with a range of social, physical, substance misuse and mental health related difficulties. The building is owned by Taff Housing Association and consists of six bedrooms for tenants. There are two ground floor wheelchair accessible bedrooms with en-suite facilities and four first floor bedrooms with en-suite facilities. In addition, there is a fully adapted kitchen, living room and dining room with turning circle and a through floor lift between ground and first floors and facilities for staff. Six people currently reside at the scheme.
Taff Housing Association, as the Registered Social Landlord (RSL), is responsible for a number of services provided within the building, for example building maintenance. There will be an Agreement between Cardiff Council and the RSL, which sets out the respective rights and responsibilities of each party. There will also be a formalised agreement between the Provider and the RSL, which will set out in some detail, the roles and responsibilities of each party. The agreement between the Provider and the RSL must also confirm that the Provider on behalf of the RSL carries out accommodation-based support; failure to do this could affect the amount of Housing Benefit payable.
The Provider will provide the housing management function for the scheme. There will be an expectation for the Provider to liaise with the RSL on a regular basis in order to maintain a seamless provision of the delivery of the care and support services.
The Provider will be responsible for the provision of the Personal Domiciliary Care and the Housing Related Support services within the scheme to those people who are eligible. The Provider will arrange an on-site team to deliver both services. The scheme will have a staff presence 24 hrs a day, 7 days a week, 365 days a year. The extent of the services required will be dependent on the varying needs of the individuals which will be identified through initial and ongoing needs assessments
The Provider will effectively manage the delivery of high quality, reliable, cost effective, person centred services providing value for money. The Provider will put the people using the service at the heart of service delivery.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
1 278 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
This contract is subject to renewal: Yes
Description of renewals:
36 month contract with the option to extend for up to a further 36 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:
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
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:
The service will be supplied in accordance with the requirements of the Care Inspectorate Wales (CIW) or any subsequent body or regulatory body that regulates and inspects this service type. The Provider must be registered with the CIW or work towards registration before the commencement of the contract and for the duration of the contract and be fully compliant with the Regulations and Inspection of Social Care (Wales) Act 2016 (RISCA).
The Provider will in accordance with the Social Care Wales (SCW) registration requirements ensure that the manager is registered as a manager with the SCW.
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.1.8) 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:
26/11/2018
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.7) Conditions for opening of tenders
Date:
26/11/2018
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
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=86568.
(WA Ref:86568)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
Cardiff Council
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
UK
Telephone: +44 7794239725
Internet address(es)
URL: www.cardiff.gov.uk
VI.5) Date of dispatch of this notice
25/10/2018