Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The City of Cardiff Council
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
UK
Telephone: +44 2920873732
E-mail: SHarry@cardiff.gov.uk
NUTS: UKL22
Internet address(es)
Main address: www.cardiff.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://supplierlive.proactisp2p.com/Account/Login
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplierlive.proactisp2p.com/Account/Login
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
The City of Cardiff Council Direct Payments Support Service
Reference number: ERFX1003609
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
This City of Cardiff seeks to appoint a minimum of one or a maximum of two providers to deliver the Direct Payments Support Services to eligible citizens in Cardiff.
The Council has reviewed its direct payment support service requirements in line with the Social Services and Wellbeing (Wales) Act 2015. As a result of this, the Council’s Direct Payment Policy and Practice has been revised, and it is anticipated that a successful provider(s) will be required to deliver both a Support Service and a Managed Account Service.
The successful provider(s) will be required to deliver services which meet the outcomes of individuals as set out in their support plans, giving individuals more choice, control and independence in their lives.
It is anticipated that the start date of the contract will be 31st July 2017. The Successful Provider(s) will need to ensure a sustainable and robust business model to deliver the service to a high standard.
II.1.5) Estimated total value
Value excluding VAT:
4 200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
Lot No: 1
II.2.1) Title
Cardiff East
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKL22
Main site or place of performance:
Cardiff
II.2.4) Description of the procurement
The Council has reviewed its direct payment support service requirements in line with the Social Services and Wellbeing (Wales) Act 2015. As a result of this, the Council’s Direct Payment Policy and Practice has been revised, and it is anticipated that a successful provider(s) will be required to deliver both a Support Service and a Managed Account Service.
Direct Payments are a different way of delivering on the legislative responsibilities of social services where there is an assessed eligible need. The purpose of Direct Payments is to give people flexibility over when their care is provided, the exact nature of the care, choice and control over who they have caring for them and the standards and quality of that care.
Direct payments can be used for meeting the care and support needs of a child and of their carer. They can also be used for the direct employment of personal assistants or for the provision of care through a domiciliary care agency.
The Council will consider all bidders including cooperatives, consortia and micro or social enterprises. The Council will work with the successful bidder(s) to enable opportunities to utilise the flexibility, freedom and choice of direct payments, to support and inspire those in receipt of direct payments to use their direct payment in a creative way.
It is intended that the Council place a Framework Agreement for the provision of the Direct Payment Support Services for a term of three years with the option to extend for a period/periods equating to no more than 3 years in total provided that the Framework Agreement does not extend beyond 30 July 2023.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The option to extend for a period/periods equating to no more than 3 years in total provided that the Framework Agreement does not extend beyond 30 July 2023.
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: 2
II.2.1) Title
Cardiff West
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKL22
Main site or place of performance:
Cardiff
II.2.4) Description of the procurement
The Council has reviewed its direct payment support service requirements in line with the Social Services and Wellbeing (Wales) Act 2015. As a result of this, the Council’s Direct Payment Policy and Practice has been revised, and it is anticipated that a successful provider(s) will be required to deliver both a Support Service and a Managed Account Service.
Direct Payments are a different way of delivering on the legislative responsibilities of social services where there is an assessed eligible need. The purpose of Direct Payments is to give people flexibility over when their care is provided, the exact nature of the care, choice and control over who they have caring for them and the standards and quality of that care.
Direct payments can be used for meeting the care and support needs of a child and of their carer. They can also be used for the direct employment of personal assistants or for the provision of care through a domiciliary care agency.
The Council will consider all bidders including cooperatives, consortia and micro or social enterprises. The Council will work with the successful bidder(s) to enable opportunities to utilise the flexibility, freedom and choice of direct payments, to support and inspire those in receipt of direct payments to use their direct payment in a creative way.
It is intended that the Council place a Framework Agreement for the provision of the Direct Payment Support Services for a term of three years with the option to extend for a period/periods equating to no more than 3 years in total provided that the Framework Agreement does not extend beyond 30 July 2023.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The option to extend for a period/periods equating to no more than 3 years in total provided that the Framework Agreement does not extend beyond 30 July 2023.
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.1.2) 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.
Envisaged maximum number of participants to the framework agreement: 2
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:
03/04/2017
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:
03/04/2017
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Procurement Process
The Council is undertaking a process akin to an Open Procedure and the Council cannot enter into any negotiations on the Tender or Contract.
Full details of the evaluation process and criteria is available within the Invitation to Tender document.
Please note that this OJEU Notice and the commencement of the procurement process is subject to the satisfactory completion of the Contracting Authority’s call in period. It is anticipated that this will expire at midnight on 13th March 2017. Should the decision be called in then the Contracting Authority reserves its right to not award any or part of this contract and to abandon this procurement and will not be liable for any costs incurred.
Please note that Cardiff Council is the sole commissioner of this service which is provided for Cardiff residents only under this contract.
The Council’s view is that TUPE may apply. However, it should be noted that the Council, acting in its role as commissioner of the services, does not have a legal responsibility to determine whether TUPE applies in this procurement and bidders should take their own independent legal advice in relation to TUPE regarding this matter.
The Council welcomes bids from all tendering organisations including but not limited to consortia arrangements, lead contractors and sole traders.
The Council proposes to procure one Framework Agreement with 2 lots (one for the East of Cardiff and one for the West of Cardiff) with one provider to be appointed to the East Lot and one provider to be appointed to the West Lot. Should one bidder be (i) the highest scoring bidder for the West Lot and (ii) the highest scoring bidder for the East Lot, then that bidder shall be appointed to both Lots under the Framework Agreement.
Supplier Registration
To express an interest and download the tender documents for this opportunity, please go to the Council's e-tendering website.
https://www.proactisplaza.com/SupplierPortal/Public/Register.aspx. If you are not already registered, please complete the free registration process ensuring that you select The City of Cardiff Council as a Customer, and the Common Procurement Vocabulary (CPV) codes, 85000000 Health and Social Work Services, 85320000 Social Services.
Once you have registered, please go to the opportunity ERFX1003069 and express an interest. You will then be able to download the relevant documentation.
Please ensure that you read all the tender documents carefully in order to be aware of the requirements of the process and relevant deadlines.
Award Procedure
Please note that the Services are listed under Schedule 3 of the Public Contract Regulations 2015 and as such are procured in accordance with the so called Light Touch Rules as set out under Regulations 74-77 of the Public Contract Regulations 2015 (Regulation 5 (1)(d) and 74) Social and Other Specific Services.
Any contract award will be conditional on the Contract being approved in accordance with the Council’s internal procedures and the
Council being generally able to proceed and will allow a standstill period of a minimum of 10 calendar days to elapse before sending
confirmation of contract award to the successful Tenderer.
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, pause, 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.
(WA Ref:52328)
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=63489.
(WA Ref:63489)
The buyer considers that this contract is suitable for consortia bidding.
VI.4) Procedures for review
VI.4.1) Review body
The City of Cardiff Council
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
UK
Telephone: +44 2920873732
Internet address(es)
URL: www.cardiff.gov.uk
VI.5) Date of dispatch of this notice
02/03/2017