Section one: Contracting authority
one.1) Name and addresses
Bridgend County Borough Council
Bridgend County Borough Council, Procurement Unit, Civic Offices, Angel Street
Bridgend
CF31 4WB
Contact
Natalie Phillips
natalie.phillips@brdgend.gov.uk
Telephone
+44 1656642596
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=AA0417
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etenderwales.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Other activity
social care services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Specialist Supported Living Services Framework
Reference number
B709
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
framework agreement – provision of specialist supported living services for individuals with a learning disability and complex, challenging behaviours including autistic spectrum condition
period from 1st November 2021 to 31st October 2023
(with an option to extend for a further period of up to 24 months)
Bridgend County Borough Council intends to establish a Framework Agreement made up of high quality Framework Providers with demonstrable knowledge and experience of delivering Specialist Services to adults with a learning disability and complex challenging behaviours, including autistic spectrum condition. The exact number of Framework Providers will be finalised following tender evaluation at the discretion of the Council.
The aim of this Specification is to set out the expected standards, and organisational capabilities needed to deliver the Specialist Services whilst keeping the Individuals’ needs and outcomes at the centre. It will require potential providers to be familiar with and to exercise our vision, social values, legislative and statutory requirements, and to follow codes of practice relating to a supported living provision.
The Specification must be viewed in conjunction with the Framework Agreement and the Call-off Contract terms and conditions.
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 70333000 - Housing services
- 85300000 - Social work and related services
- 85310000 - Social work services
- 85311000 - Social work services with accommodation
- 85320000 - Social services
two.2.3) Place of performance
NUTS codes
- UKL17 - Bridgend and Neath Port Talbot
two.2.4) Description of the procurement
The Contract is for the Service of Specialist Supported Living Services identified needs are detailed in the tender documents.
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: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2021
End date
31 October 2023
This contract is subject to renewal
Yes
Description of renewals
With an option to extend for a further period of up to 24 months
two.2.10) Information about variants
Variants will be accepted: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Selection criteria as stated in the procurement documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 June 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
28 June 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=110905
(WA Ref:110905)
The buyer considers that this contract is suitable for consortia.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, the strand
London
WC2A 2LL
Country
United Kingdom