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: aleksandra.zebrowska@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.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://www.proactisplaza.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.proactisplaza.com
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
Gender Specific Services. Violence against Women, Domestic Abuse and Sexual Violence Service (Women)
Reference number: ERFX1003990
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Cardiff Council (“the Council”) has a corporate commitment to support vulnerable people and seeks to empower them to live as safely and independently as possible within the community, free from violence and abuse.
The Council is looking to establish a service that provides a holistic model of support within the City and County of Cardiff. Service elements to be delivered include provision of a One Stop Shop, Accommodation-Based Support and Community-Based Support.
The Council is looking to enter into a contract with a provider for delivery of the whole model of provision for female victims (including support services for any accompanied children and young people). Given the nature of the services concerned, the Council recognises that some bidders may wish to come together and bid collaboratively. That said, the Council welcomes bids from all types of tendering organisations, including sole tenderers, consortiums and lead/sub contractor arrangements.
II.1.5) Estimated total value
Value excluding VAT:
11 200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85300000
85310000
85311000
85312000
98000000
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
Cardiff Council (“the Council”) has a corporate commitment to support vulnerable people and seeks to empower them to live as safely and independently as possible within the community, free from violence and abuse.
The Council is looking to establish a service that provides a holistic model of support within the City and County of Cardiff. Service elements to be delivered include provision of a One Stop Shop, Accommodation-Based Support and Community-Based Support.
The Council is looking to enter into a contract with a provider for delivery of the whole model of provision for female victims (including support services for any accompanied children and young people). Given the nature of the services concerned, the Council recognises that some bidders may wish to come together and bid collaboratively. That said, the Council welcomes bids from all types of tendering organisations, including sole tenderers, consortiums and lead/sub contractor arrangements.
The Council seeks to award one contract in relation to the provision of Services for women who have experienced violence, domestic abuse and/or sexual violence in Cardiff. The services under these contracts are funded by different funding streams, each with unique grant terms and conditions. The funding streams include the following;
- Welsh Government funding: Supporting People Programme Grant, Flying Start, & Families First
- Welsh Government funding: VAWDASV Grant (formerly Domestic Abuse Services Grant)
- South Wales Police / Police and Crime Commissioner funding: Crime Reduction Grant
The provision of this service is aligned with the Violence against Women, Domestic Abuse and Sexual Violence (Wales) Act 2015, which states that local authorities have a duty to improve the prevention, protection and support for people affected, by violence against women, domestic abuse and sexual violence.
The ultimate aim of the service is to reduce the number of women and children living with abuse and the long term costs associated with abuse to victims, services and society.
Following the Act, the Welsh Government has set out an objective within its national strategy to provide victims “with access to holistic, appropriately resourced, high quality, needs led, strength based, gender responsive services across Wales.”
The intention is to issue one contract with an annual value of approximately 1.6 million GBP, and for this level of funding the successful provider will be required to provide the following three components of the service;
- One Stop Shop
- Accommodation Based Support
- Community-Based Support delivered by Independent Personal Advocates (IPAs)
The successful provider will have the expertise to deal with clients facing a wide range of issues including, but not limited to, domestic abuse, rape, sexual violence/ abuse, stalking, forced marriage, ‘honour-based violence (HBV), Female Genital Mutilation (FGM) and sexual harassment.
The estimated overall value of the contract is circa 11.2million GBP. The Council anticipates that over the term of the contract variations may be required to the services concerned, including by way of additional services (anticipated to be no more than 10% of the overall value of the contract).
Bidders should note that the contracts are reliant upon external funding streams and accordingly the contract will contain provisions to deal with any potential reduction or increase in the level of grant funding being made available and/or any potential cessation of the external grant funding.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
11 200 000.00
GBP
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 proposed commencement date of the contracts is 1st April 2018. The proposed term of the contract is for a fixed term of 3 years with the option to extend on an annual basis for further periods of 12 months provided that the contract does not extend beyond 31 March 2025.
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
To express an interest and download the tender documents for this opportunity please go to the Council's e-tendering website https://supplierlive.proactisp2p.com/Account/Login. If you are not already registered, please complete the free registration process ensuring that you select The City of Cardiff Council as a Customer.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Bidders should note that the closing date for submissions is 12:00:00pm (noon) 8th January 2018. A threshold pass mark of 50% will be applied at the PQQ stage. Only provider organisations who achieve a mark of 50% or more will have their submissions evaluated at the ITT stage (Award Stage). Organisations that fail mandatory pass / fail questions will be deemed non-compliant and their submission will not be considered any further.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
The Council is undertaking a tender process akin to the Open Procedure. A pre-qualification questionnaire (PQQ) will be used to shortlist providers that meet the Council’s minimum criteria for the contract to identify organisations whose tender submissions will be evaluated.
Minimum level(s) of standards required:
The Council will evaluate the organisations' ability to meet minimum selected criteria, such as but not limited to, insurance levels, economic and financial standing, capacity and capability and past experience.
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:
08/01/2018
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:
08/01/2018
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The Council’s view is that TUPE is likely to apply to the award of the new contract. However, TUPE is a matter for the incoming and outgoing contractors and bidders should seek their own independent legal advice with regards to any TUPE queries they may have.
Bidders should note that the closing date for submissions is 12:00:00pm (noon) 8th January 2018. A threshold pass mark of 50% will be applied at the PQQ stage. Only provider organisations who achieve a mark of 50% or more will have their submissions evaluated at the ITT stage (Award Stage). Organisations that fail mandatory pass / fail questions will be deemed non-compliant and their submission will not be considered any further.
The proposed commencement date of the contracts is 1st April 2018. The proposed term of the contract is for a fixed term of 3 years with the option to extend on an annual basis for further periods of 12 months provided that the contract does not extend beyond 31 March 2025.
To express an interest and download the tender documents for this opportunity please go to the Council's e-tendering website https://supplierlive.proactisp2p.com/Account/Login. 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
85300000
85310000
85311000
85312000
98000000
Once you have registered please go to the opportunity ERFX1003990 to express an interest. You will then be able to download the tender documentation. Please ensure that you read the tender documents carefully in order to be aware of the requirements and relevant deadlines.
Please note that the Services are listed under Schedule 3 of the Public Contracts Regulations 2015 (Regulation 5 (1)(d) and 74) Social and Other Specific Services) and accordingly are subject to the so called Light Touch Regime (Regulations 74-77) This procurement will use a tender process akin to the Open Procedure under Public Contracts Regulations 2015 (as amended) and accordingly the Council cannot enter into any negotiations on the Tender or Contract.
Please note that this OJEU Notice and the commencement of the procurement process is subject to the satisfactory completion of the Council’s call in period. It is anticipated that this will expire on the 6 November 2017. Should the decision be called in then the Council 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.
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 Tenderers.
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, or 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.
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=72485.
(WA Ref:72485)
The buyer considers that this contract is suitable for consortia.
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
E-mail: aleksandra.zebrowska@cardiff.gov.uk
Internet address(es)
URL: www.cardiff.gov.uk
VI.5) Date of dispatch of this notice
30/10/2017