Social and other specific services – public contracts
Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Rhondda Cynon Taf CBC
The Pavilions, Clydach Vale
Tonypandy
CF40 2XX
UK
Telephone: +44 1443281183
E-mail: procurement@rctcbc.gov.uk
NUTS: UKL15
Internet address(es)
Main address: http://www.rctcbc.gov.uk/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0276
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
RCTCBC Supplementary List of Domiciliary Care Providers
Reference number: RCT/PSS/S362
II.1.2) Main CPV code
85300000
II.1.3) Type of contract
Services
II.1.4) Short description
RCTCBC is seeking to establish a Supplementary List of Domiciliary Care Providers.
The existing Domiciliary Care Framework established in 2016 has 4 providers covering 2 main areas of RCT.
Since the award of the Framework in 2016, the demand has increased overall and particularly in certain areas. Therefore we are looking to supplement the Framework with up to an additional 5 providers.
This contract shall be for an initial period up to 30th September 2022 with 2 x 2 year further extension options.
Current RCT Framework providers are not required to apply.
Further details can be obtained by registering your interest on etenderwales.
II.1.5) Estimated total value
Value excluding VAT:
6 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Maximum number of lots that may be awarded to one tenderer: 1
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - West 1, 2 & 3
II.2.2) Additional CPV code(s)
85000000
85300000
85310000
79622000
98000000
85312000
85320000
II.2.3) Place of performance
NUTS code:
UKL15
Main site or place of performance:
RCTCBC
II.2.4) Description of the procurement
Lot 1a - Prime Provider for West 3
Lot 1b - Supplemental Provider for West 1, 2 & 3
1 provider will be awarded against each lot
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: 2
II.2.1) Title
Lot 2 - East 1,2 & 3
II.2.2) Additional CPV code(s)
85300000
85310000
85312000
85320000
85000000
98000000
79622000
II.2.3) Place of performance
NUTS code:
UKL15
Main site or place of performance:
RCTCBC
II.2.4) Description of the procurement
Lot 2a - Prime Provider for East 1
Lot 2b - 2 x providers for East 1, 2 and 3
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.1.4) Objective rules and criteria for participation
As set out within the tender documents
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Must be CIW registered
III.2.2) Contract performance conditions
As set out in the tender documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement
The procurement involves the establishment of a framework agreement
Justification for any framework agreement duration exceeding 4 years: Care is for social care and also this framework will tie into the end dates of the original framework
IV.1.11) Main features of the award procedure:
As set out in the tender documents
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
23/11/2020
Local time: 13:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
Section VI: Complementary information
VI.3) Additional information
All communication for this procurement will be conducted via the eTenderWales portal. It is the tenderersresponsibility to ensure their contact details within eTenderWales are accurate. If you have any questions or require any clarifications these must be submitted via the “Messages” function within the portal as soon as possible.
The Council reserves the right to award all, part or none of the business forming the subject matter of this procurement and to abandon, halt, postpone this procurement at any time. Under no circumstances will the Council incur any liability (including, but not limited to, liability as to costs) in respect of this procurement exercise, the abandonment of the same, or any documentation issued as part of this procurement exercise.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=104877
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:
As set out in the tender documents
(WA Ref:104877)
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
22/10/2020