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: Natalie Eddins, Team Manager Commissioning
Telephone: +44 1446700111
E-mail: neddins@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:
http://www.sell2wales.gov.wales
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://www.sell2wales.gov.wales
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:
http://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
Family Support Services in the Vale of Glamorgan
Reference number: VG CS122
II.1.2) Main CPV code
85300000
II.1.3) Type of contract
Services
II.1.4) Short description
The Vale of Glamorgan Council (“the Council”) requires Family Support Services for Children, Young People, their parents and carers throughout the Vale of Glamorgan (“the Services”).
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1: Families with Additional Needs
II.2.2) Additional CPV code(s)
85311000
85000000
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 Vale of Glamorgan Council (“the Council”) requires Family Support Services for Children, Young People, their parents and carers throughout the Vale of Glamorgan (“the Services”).
Any future agreement will be in the form of a Contract and will operate for a period of four (4) years, with the option to extend for up to an additional four (4) years.
3.1 Lot 1: Families with Additional Needs
This incorporates:
i. providing respite and support for Children, Young People and their families assessed as requiring services within the Vale of Glamorgan;
ii. enabling families to make the best use of their time and to reduce stress;
iii. providing an overnight service for Children whose assessed needs include short breaks and a domiciliary service which will operate every day including evenings and weekends to meet needs as they arise.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
At the end of the extended contract.
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
There will be a presentation / interview following the submission of tender
Lot No: 2
II.2.1) Title
Lot 2 Direct Family Support and Crisis Intervention
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
This incorporates:
i. providing a range of time limited support services to Children, Young People, and their families.
ii. supporting families where Children are named on the Child protection register and other Children assessed as being in need;
iii. providing a service which enables families to deal with life better and reduces risk and need.
iv. There will be an element of this Lot entitled Family Aides. Please note that this service is grant funded and subject to annual review.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
If funding available at end of contract
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
Lot No: 3
II.2.1) Title
Lot 3 Contact (Family Time) Service
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
This incorporates:
i. delivering a quality led service that enables families, parents and Children who are going through the court process, have care orders and where the plan is for adoption, to have contact that is supervised by suitably trained and consistent staff, enabling a proper assessment of the contact to take place.
ii. developing and maintaining a high quality, Child focused and flexible service that is sensitive to the Child and family’s needs.
iii. assessing needs and enhancing the self-support skills of families, enabling the Child to return home where possible.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
If funding available at the end of the contract
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:
Please see 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
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:
06/06/2023
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:
06/06/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The current providers of this service consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 may apply to the contract. Bidders are advised to seek independent professional advice on the implications of the Transfer of Undertakings (Protection of Employment) Regulations 2006 for their company should they be awarded the contract.
Bidders may make a submission for any number of Lots, each of which will be evaluated separately.
Only one Tender is permitted from each Bidder for any one Lot. If a Bidder submits more than one Tender for the same Lot, the Tender with the latest time of submission will be evaluated and the other(s) disregarded.
It is anticipated that bidder presentation /interviews will be scheduled for the week commencing 12th June, however please be aware that only bidders who are successful at PQQ stage will be invited. Further details are available in the tender documentation and the actual date will be confirmed later.
The Vale of Glamorgan Council has declared a Climate and Nature emergency and is committed to working with suppliers that contribute to our journey towards Net Zero Carbon.
Tenders may be submitted in Welsh and will be treated no less favourably than a tender submitted in English.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=131214.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://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.
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:
Please see tender documentation
(WA Ref:131214)
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
03/05/2023