Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Central Bedfordshire Council
Priory House
Chicksands
SG17 5TQ
UK
Contact person: +44 3003005997
Telephone: +44 3003008000
E-mail: procurement@centralbedfordshire.gov.uk
NUTS: UKH25
Internet address(es)
Main address: http://in-tendhost.co.uk/centralbedfordshire
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/centralbedfordshire
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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
CBC-1684-FA-LS Support Living (incorporating Mental Health, Learning Disabilities and Autism and Physical Disabilities)
Reference number: CBC-1684-FA-LS
II.1.2) Main CPV code
85312100
II.1.3) Type of contract
Services
II.1.4) Short description
You are invited to tender for a new Framework for Supported Living provision for Central Bedfordshire adults with care and support needs within Central Bedfordshire. The tender includes three lots, covering:• Lot 1 - Standard Supported Living with Variable Day Hours• Lot 2 - Standard Supported Living with Variable Day Hours and Night Support• Lot 3 - Enhanced and Specialist Supported Living
II.1.5) Estimated total value
Value excluding VAT:
120 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 01
II.2.1) Title
Standard Supported Living with Variable Day Hours
II.2.2) Additional CPV code(s)
85000000
85100000
85312100
II.2.3) Place of performance
NUTS code:
UKH25
Main site or place of performance:
II.2.4) Description of the procurement
Packages of care will then be made through Call Offs as set out in Section 14 (Allocation Process). A package of care will be for one or more Person’s (either for a named Person or a batch or group of Persons) which once awarded will be delivered by the Provider in accordance with the terms of the Order forming the IPA. Depending on the needs of the Person or Persons within the package of care, transition costs made be provided as part of the package; this will be set out within the referral.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Cost criterion: Price
/ Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/02/2025
End:
31/01/2029
This contract is subject to renewal: Yes
Description of renewals:
The Council reserves the right to extend the agreement by up to a further two 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
II.2.14) Additional information
Lot No: 02
II.2.1) Title
Standard Supported Living with Variable Day Hours and Night Support
II.2.2) Additional CPV code(s)
85000000
85100000
85312100
II.2.3) Place of performance
NUTS code:
UKH25
Main site or place of performance:
II.2.4) Description of the procurement
Packages of care will then be made through Call Offs as set out in Section 14 (Allocation Process). A package of care will be for one or more Person’s (either for a named Person or a batch or group of Persons) which once awarded will be delivered by the Provider in accordance with the terms of the Order forming the IPA. Depending on the needs of the Person or Persons within the package of care, transition costs made be provided as part of the package; this will be set out within the referral.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Cost criterion: Price
/ Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/02/2025
End:
31/01/2029
This contract is subject to renewal: Yes
Description of renewals:
The Council reserves the right to extend this agreement for up to 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
II.2.14) Additional information
Lot No: 03
II.2.1) Title
Enhanced and Specialist Supported Living
II.2.2) Additional CPV code(s)
85000000
85100000
85312100
II.2.3) Place of performance
NUTS code:
UKH25
Main site or place of performance:
II.2.4) Description of the procurement
Packages of care will then be made through Call Offs as set out in Section 14 (Allocation Process). A package of care will be for one or more Person’s (either for a named Person or a batch or group of Persons) which once awarded will be delivered by the Provider in accordance with the terms of the Order forming the IPA. Depending on the needs of the Person or Persons within the package of care, transition costs made be provided as part of the package; this will be set out within the referral.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Cost criterion: Price
/ Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/02/2025
End:
31/01/2029
This contract is subject to renewal: Yes
Description of renewals:
The Council reserves the right to extend this agreement for up to 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
II.2.14) Additional information
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:
N/A
III.2) Conditions related to 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:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
01/07/2024
Local time: 09:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
04/11/2024
IV.2.7) Conditions for opening of tenders
Date:
01/07/2024
Local time: 09:00
Place:
Central Bedfordshire
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Central Bedfordshire Council
Shefford
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
N/A
VI.5) Date of dispatch of this notice
21/05/2024