Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Blaenau Gwent County Borough Council
Anvil Court, Church Street
Abertillery
NP13 1DB
UK
Telephone: +44 1495311556
E-mail: paul.jones@blaenau-gwent.gov.uk
NUTS: UKL16
Internet address(es)
Main address: http://www.blaenau-gwent.gov.uk/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0278
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
Provision of Mental Health Services
Reference number: ITT_71282
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Blaenau Gwent County Borough Council seeks a supplier to provide a range of housing related support services for people with mental health issues including:
- A Floating Support Service
- Mental Health Accommodation Officer
- Garfield House (supported accommodation non 24 hour support)
- Miles Richards House (supported accommodation 24 hour support)
II.1.5) Estimated total value
Value excluding VAT:
3 200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85100000
85140000
85311000
85320000
II.2.3) Place of performance
NUTS code:
UKL16
Main site or place of performance:
The required services will be performed within the locality and boundary of Blaenau Gwent CBC
II.2.4) Description of the procurement
The purpose of this tender is to commission a range of housing related support services for people with mental health issues including:
- A Floating Support Service
The aim of the service is to provide floating support to people with mental health issues who may require support to access accommodation and/or maintain and sustain their home enabling them to live independently in the community. The service is tenure neutral and will be provided to people who are: Owner occupiers; Social housing tenants; Private rented tenants; Residing in temporary accommodation; Residing with family/friends; Homeless; Sofa surfing; Other accommodation not listed above.
- Mental Health Accommodation Officer
The aim of the service is to commission one full time equivalent Mental Health Support Worker who will be co-located within Blaenau Gwent County Borough Council’s Housing Solutions Team and Community Mental Health Team. The Support Worker will have the opportunity to either advocate on behalf of the applicant, or support the applicant with their housing needs at first point of contact.
- Garfield House (supported accommodation non 24 hour support)
The aim of this service is to commission housing related support within a supported accommodation provision (non 24 hour support) for people who: Have low level mental health issues; Are aged 18 years and over (there is no upper age limit); Are willing to engage with support
It is recognised people accessing the service may have additional needs.
- Miles Richards House (supported accommodation 24 hour support)
The aim of this service is to commission housing related support within a 24 hour supported accommodation provision for people who: Have medium/high level mental health issues; Are aged 18 years and over (there is no upper age limit); Are willing to engage with support
It is recognised that people accessing the service may have additional needs.
The opportunity will follow the “Light Touch” regime in line with Scheduled 3 of the PCR 2015. The approach used will be similar to open tender approach.
Please note that The Invitation to Tender (ITT), contract terms and conditions, form of tender, specification and pricing schedule and other supporting information are included with the tender pack.
After the deadline for returned electronic submissions has expired, the evaluation process of the Selection stage will be undertaken.
Tenderers who are successful from the Selection stage will then have their quality submissions evaluated.
After final moderation of the tender responses, the Most Economically Advantageous Tender (MEAT) will be recommended to undertake the service, however, we reserve the right not to award using MEAT approach should it provide undue risk to the Authority.
Unsuccessful providers will be informed of the outcome via the Etenderwales portal and the 10 day voluntary standstill
period will commence.
After the standstill period has expired, the successful provider will be confirmed in writing and the contract award notice will be issued
The tender will be assessed using a 80% quality and 20 % price criteria.
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:
3 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2019
End:
31/03/2023
This contract is subject to renewal: Yes
Description of renewals:
The end date is subject to the possible extension of the service for a further 2 years at 12 month intervals (dependant on performance and funding)
The renewal of the service will therefore be between 31/03/23 and 31/03/25
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:
As identified within the 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
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
III.2.2) Contract performance conditions
Selection and Award criteria as stated in the procurement tender documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
31/01/2019
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: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
31/01/2019
Local time: 14:00
Place:
Corporate Procurement
Floor 9, Anvil Court, Church Street, Abertillery, NP13 1DB
Information about authorised persons and opening procedure:
All tender submissions will be opened electronically by Authorised representatives of the awarding Authority only via Etenderwales.
Tender responses will not be opened before the expiration of the deadline.
The deadline is 12 noon on 31.01.19
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
The contract will be renewed at either the conclusion of the initial 4 year period or during the allowed extension period. The renewal will be subject to performance and funding.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Blaenau Gwent County Borough Council is administering this procurement opportunity on Etenderwales.
Tender documentation is uploaded on the portal - https://etenderwales.bravosolution.co.uk
NB:You must download all documentation directly from the portal, tender documents will not be communicated by any other means.
E-Tender access information:
-Go to https://etenderwales.bravosolution.co.uk
-The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.
—The User who performs the Registration becomes the Super User for the Organisation.
—On registering on the Platform the Super User will select a Username and will receive a password.
—The Password will be sent by e-mail to the e-mail address that was specified in the User Details section of the
Registration page.
—In order to log-in to the Platform please enter your Username and Password.
—Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your
Organisation).
—Note: If your Organisation is already registered on the Platform then you must not make any additional registration.
Please contact the Helpdesk to gain access to the Platform.
—The Help desk is available Monday-Friday: 8:00-18:00. Telephone: +44 8003684852 e-mail: help@bravosolution.co.uk
—Tenders must be uploaded to the portal by 12:00 noon Thursday 31st January 2019. Late submissions will not be considered
How to find the ITT:
—Once logged in you must click on ‘ITT's Open to all Suppliers'.
—The Etender references for this contract are: Project_40314 and ITT_71282
—Click on the title to access summary details of the contract. If you are still interested in submitting a tender click the
‘Express an Interest button'. This will move the ITT from the ‘Open to all Suppliers' area to the ‘My ITT's' on the home page.
—You will then see the full details of the ITT in the qualification, technical and commercial envelopes along with any relevant documents
in the ‘Attachments' area.
-Tenders are required to provide responses to:
-the selection questionnaire within the Qualification Envelope;
-the method statements within the Technical Envelope; and
-upload the requested pricing information to the Commercial Envelope.
—Should you have any questions on the ITT, please use the ‘Messages' area to contact the buyer directly — Do not
contact the named person at the top of this notice.
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:
Bidders will be required to demonstrate their previous approach/experience in delivering Community Benefits and are
required to submit a Method Statement in the form of a "Community Benefits Plan" setting out how they will incorporate and
deliver "Community Benefits" through this appointment. Please note this WILL not be scored but may form part of the Terms & Conditions of this project.
NOTE: The authority is using eTenderwales to carry out this procurement process.
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=88602
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:
bidders will be required to demonstrate their previous approach/experience in delivering Community Benefits and are required to submit a Method Statement in the form of a "Community Benefits Plan" setting out how they will incorporate and deliver "Community Benefits" through this appointment within Blaenau Gwent. Examples of the range of benefits include but are not exhaustive to -
- Targeted Recruitment and Training (including existing workforce and economically inactive)
- Local Supply Chains, including use of social enterprises
- Contributions to education and complimentary activity
- Community Initiatives and activity
- Promoting Environmental Benefits
- Contribution to the Community Investment Fund
*Please note that this Method Statement will not be ‘scored’, however it may form part of the Terms and Conditions of the service*.
(WA Ref:88602)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
Blaenau Gwent County Borough Council
Anvil Court, Church Street
Abertillery
NP13 1DB
UK
Telephone: +44 1495311556
Internet address(es)
URL: http://www.blaenau-gwent.gov.uk/
VI.4.4) Service from which information about the review procedure may be obtained
Blaenau Gwent CBC
Head of Legal and Corporate Compliance, General Offices
Ebbw Vale
NP23 6AA
UK
VI.5) Date of dispatch of this notice
08/01/2019