Section one: Contracting authority
one.1) Name and addresses
Reading Borough Council
Civic Offices, Bridge Street
Reading
RG1 2LU
Contact
Lara Fromings
Country
United Kingdom
NUTS code
UKJ11 - Berkshire
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/reading/aspx/Tenders/Current
one.1) Name and addresses
NHS Berkshire West Clinical Commissioning Group
57-59 Bath Road
Reading
Country
United Kingdom
NUTS code
UKJ11 - Berkshire
Internet address(es)
Main address
https://www.berkshirewestccg.nhs.uk/
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/readingbc/aspx/Tenders/Current
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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
Closing the Gap 2022 - 2025
Reference number
RBC 00001234
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Reading Borough Council, along with our partners from Berkshire West CCG, are completing an ITT exercise for the provision of Preventative and Support Services - a project as a whole known as Closing the Gap 2022-2025. Closing the Gap (CTG), which was previously commissioned under the Narrowing the Gap II framework, is an established programme within Reading for the commissioning of services to: tackle poverty, discrimination and disadvantage; promote wellbeing; and support thriving communities. CTG brings together funding from Public Health, Adult Social Care, Housing and Neighbourhoods and the Resources Directorate along with additional funding from the Clinical Commissioning Group to continue support for these causes and further the good work already undertaken to date. The commissioning of CTG services will allocate funding to target inequalities in the most disadvantaged groups and neighbourhoods using an outcomes-based approach.
two.1.5) Estimated total value
Value excluding VAT: £980,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKJ11 - Berkshire
two.2.4) Description of the procurement
The total envelope is £1.13 million investment in preventive and support services. An element of this has been removed into a separate procurement for carers’ services (explained below). The remainder of funds remains within this CTG outcome-based commissioning initiative. This CTG outcomes-based procurement is constrained to a maximum budget of £980,000 per annum for the first year. The budgets for years 2 and 3 are expected to be similar but are yet to be confirmed – successful bidders will be notified within contract management meetings of any variance to budgets in good time. The Outcomes Based Procurement: Each CTG contract awarded must be of any value from £10,000 per year up to a maximum value of £200,000 per year. Each CTG contract duration will be for 3 years, subject to satisfactory performance. Each CTG contract is expected to commence on: 3rd October 2022. Tenders must remain valid and open for acceptance by RBC until the expiry of 180 calendar days from the deadline for the receipt of tenders.Bidders will have the opportunity to attend five engagement events, hosted by Reading Borough Council on Zoom.1 Procurement and Bidding Process Monday, 11th April 22, 14:00 to 15:30pm2 Procurement and Bidding Process Wednesday, 13th April 22, 18:00 to 19:00pm3 Outcomes and Priorities Wednesday 20th April, 17:00-18:00pm4 Outcomes and Priorities Friday 22nd April,16:00-17:00pm5 Outcomes and Priorities Tuesday 26th April, 17:00-18:00pm
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £980,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 October 2022
End date
2 October 2025
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
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) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-022944
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
22 May 2022
Local time
5:00pm
Changed to:
Date
30 May 2022
Local time
11:00am
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
23 May 2022
Local time
12:00pm
Place
Reading Borough Council via In-Tend portal
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
High Court of Justice of England and Wales
7 Rolls Buildings, Fetter Lane
London
EC4A 1NL
Telephone
+44 2079477156
Country
United Kingdom
Internet address
https://courttribunalfinder.service.gov.uk/courts/rolls-building
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The relevant deadlines depend on the specific nature of the remedies required and are defined in Regulations 93 & 94 of the Public Contracts Regulations 2015.
six.4.4) Service from which information about the review procedure may be obtained
The Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom