Contract

Provision of a Pan Disability Core & Cluster Scheme

  • Neath Port Talbot County Borough Council

F21: Social and other specific services – public contracts (contract award notice)

Notice identifier: 2023/S 000-003810

Procurement identifier (OCID): ocds-h6vhtk-03a3bd

Published 8 February 2023, 9:17am



Section one: Contracting authority

one.1) Name and addresses

Neath Port Talbot County Borough Council

Civic Centre

Port Talbot

SA13 1PJ

Contact

Wayne Thomas

Email

w.thomas3@npt.gov.uk

Country

United Kingdom

NUTS code

UKL17 - Bridgend and Neath Port Talbot

Internet address(es)

Main address

http://www.npt.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0274

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of a Pan Disability Core & Cluster Scheme

Reference number

NPT-1647

two.1.2) Main CPV code

  • 85320000 - Social services

two.1.3) Type of contract

Services

two.1.4) Short description

Refer below to section II.2.4 - Description of the Procurement

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £4,700,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85300000 - Social work and related services
  • 85311000 - Social work services with accommodation

two.2.3) Place of performance

NUTS codes
  • UKL17 - Bridgend and Neath Port Talbot

two.2.4) Description of the procurement

An award has been made by Neath Port Talbot Council for the delivery of a Core and Cluster Service for up to six people in the Neath Abbey area of the borough, with the possibility of further expansion in the cluster element of the service to wider clusters in the locality. These individuals will have a range of needs in line with their respective pen pictures but may include individuals with mental health, physical disability and learning disability needs but would nonetheless be individuals who, it is felt, would be able to live independently, in time, with varying levels of support.

The Core and Cluster Service model aims to offer more intensive support (at the ‘core’) while at the same time offering less intensive ‘domiciliary care’ type care support, including floating support for people living in the community in “the Cluster” elements of the Service.

In this case the Core will be a bungalow for up to two people with an office area, offering a 24 hours presence and the ‘Cluster’ being four self-contained flats for up to four individuals or couples. Over time this Cluster of four may be expanded to include further clusters in the community which are also served by the base located at the Core, and when this is so, any additional clusters will also form a part of this Agreement. Bidders should note that on contract award only the Core element of two individuals will require support, and its currently felt the Cluster elements of four plus requiring support around the first quarter of 2023/24.

It should be noted that there are no current plans for the provision of Housing Related Support funding through the Housing Support Grant (HSG), although it is recognised that current or subsequent Service Users may require this support at some future time, so it is felt that Tenderers should be familiar with the delivery of Housing Related Support. The Council reserves the right to include Housing Related Support as part of the delivery of the service at any future time.

The Registered Social Landlord (RSL) for the property is First Choice Housing and the Provider will be required to maintain a Management Agreement with First Choice for the duration of the Agreement.

As this is a new Service, there will be no TUPE requirements and the successful Tenderer will therefore be required to either recruit new Staff or to redeploy existing staff to the Service to ensure a fully functional service from day one of the Agreement.

The contract will be for an initial period of 5 years with the option to extend by period or periods not exceeding a further 60 months.

There are no Lot requirements.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 022-119011


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

3 January 2023

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from other EU Member States: 4

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

five.2.3) Name and address of the contractor

Mirus Wales

Unit 5, Cleeve House, Lambourne Crescent

Cardiff

CF14 5GP

Country

United Kingdom

NUTS code
  • UKL - Wales

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £4,700,000


Section six. Complementary information

six.3) Additional information

(WA Ref:128902)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom