Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Dover District Council
Council Offices, White Cliffs Business Park
Whitfield, Dover
CT16 3PJ
UK
Contact person: Mr Dean Coulls
Telephone: +44 7701294353
E-mail: dean.coulls@dover.gov.uk
NUTS: UKJ
Internet address(es)
Main address: http://www.dover.gov.uk/
Address of the buyer profile: www.kentbusinessportal.org.uk
I.1) Name and addresses
Folkestone & Hythe District Council
Civic Centre, Castle Hill Avenue
Folkestone
CT20 2QY
UK
Contact person: Ade Agboola
E-mail: ade.agboola@folkestone-hythe.gov.uk
NUTS: UKJ
Internet address(es)
Main address: http://www.folkestone-hythe.gov.uk/
Address of the buyer profile: www.kentbusinessportal.org.uk
I.1) Name and addresses
Ashord Borough Council
Stour Centre, Tannery Lane
Ashford
TN23 1PL
UK
Contact person: Caroline Roberts
E-mail: caroline.roberts@ashford.gov.uk
NUTS: UKJ
Internet address(es)
Main address: https://www.ashford.gov.uk/
Address of the buyer profile: www.kentbusinessportal.org.uk
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.kentbusinessportal.org.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.kentbusinessportal.org.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
Home Improvement Agency (HIA) Service
Reference number: DN709751
II.1.2) Main CPV code
75200000
II.1.3) Type of contract
Services
II.1.4) Short description
Dover District Council is undertaking a joint procurement with Ashford Borough Council, and Folkestone & Hythe District Council for Home Improvement Agency Services including but not exclusive to grant/loan applications, hospital discharge, home enablement and hoarding disorder support.
The Contract is anticipated to commence upon 1st July 2024 and will continue for a period of 5 years with the option to extend for a further 2 year period unless terminated in accordance with the Conditions of the Contract.
It is the intention to appoint only one Provider to undertake the services in their entirety for the Councils. Contracting arrangements will be direct with each of the individual Councils resulting in individual contracts being entered into between the successful provider and each of the Councils.
Completed tender responses must be submitted electronically via the Kent Business Portal www.kentbusinessportal.org.uk by no later than 17:00 on 4th March 2024.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKJ
II.2.4) Description of the procurement
The Contract is anticipated to commence upon 1st July 2024 and will continue for a period of 5 years with the option to extend for a further 2 year period unless terminated in accordance with the Conditions of the Contract.
It is the intention to appoint only one Provider to undertake the services in their entirety for the Councils. Contracting arrangements will be direct with each of the individual Councils resulting in individual contracts being entered into between the successful provider and each of the Councils.
Completed tender responses must be submitted electronically via the Kent Business Portal www.kentbusinessportal.org.uk by no later than 17:00 on 4th March 2024.
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: 60
This contract is subject to renewal: Yes
Description of renewals:
The Contract is for an initial 5 years with the 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
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:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
04/03/2024
Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
04/03/2024
Local time: 17:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Estimated timing for further notices to be published: Subject to the allowed extension(s) option being enacted, a new procurement procedure will be undertaken approximately 6 months prior to the end of this contract.
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice
London
WC1A 2LL
UK
VI.5) Date of dispatch of this notice
02/02/2024