Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Bridgend County Borough Council
Bridgend County Borough Council, Procurement Unit, Civic Offices, Angel Street
Bridgend
CF31 4WB
UK
Contact person: Natalie Phillips
Telephone: +44 1656642596
E-mail: natalie.phillips@brdgend.gov.uk
NUTS: UKL17
Internet address(es)
Main address: www.bridgend.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0417
I.2) Joint procurement
The contract is awarded by a central purchasing body
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
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Other: social care services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Specialist Supported Living Services Framework
Reference number: B709
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
framework agreement – provision of specialist supported living services for individuals with a learning disability and complex, challenging behaviours including autistic spectrum condition
period from 1st November 2021 to 31st October 2023
(with an option to extend for a further period of up to 24 months)
Bridgend County Borough Council intends to establish a Framework Agreement made up of high quality Framework Providers with demonstrable knowledge and experience of delivering Specialist Services to adults with a learning disability and complex challenging behaviours, including autistic spectrum condition. The exact number of Framework Providers will be finalised following tender evaluation at the discretion of the Council.
The aim of this Specification is to set out the expected standards, and organisational capabilities needed to deliver the Specialist Services whilst keeping the Individuals’ needs and outcomes at the centre. It will require potential providers to be familiar with and to exercise our vision, social values, legislative and statutory requirements, and to follow codes of practice relating to a supported living provision.
The Specification must be viewed in conjunction with the Framework Agreement and the Call-off Contract terms and conditions.
II.1.5) Estimated total value
Value excluding VAT:
20 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
70333000
85300000
85310000
85311000
85320000
II.2.3) Place of performance
NUTS code:
UKL17
II.2.4) Description of the procurement
The Contract is for the Service of Specialist Supported Living Services identified needs are detailed in the tender documents.
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:
20 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/11/2021
End:
31/10/2023
This contract is subject to renewal: Yes
Description of renewals:
With an option to extend for a further period of up to 24 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:
Selection criteria as stated in the procurement 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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
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:
28/06/2021
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
28/06/2021
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
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=110905
(WA Ref:110905)
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
VI.5) Date of dispatch of this notice
25/05/2021