Section one: Contracting authority
one.1) Name and addresses
Neath Port Talbot County Borough Council
Civic Centre
Port Talbot
SA13 1PJ
Contact
Wayne Thomas
Country
United Kingdom
NUTS code
UKL17 - Bridgend and Neath Port Talbot
Internet address(es)
Main address
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