Tender

Supported Living Services in Rhondda Cynon Taff

  • RHONDDA CYNON TAF COUNCIL

F02: Contract notice

Notice identifier: 2023/S 000-015459

Procurement identifier (OCID): ocds-h6vhtk-03d0c4

Published 31 May 2023, 4:20pm



Section one: Contracting authority

one.1) Name and addresses

RHONDDA CYNON TAF COUNCIL

The Pavilions, Clydach Vale

Tonypandy

CF39 9BT

Contact

Kelly Smith

Email

purchasing@rctcbc.gov.uk

Country

United Kingdom

NUTS code

UKL15 - Central Valleys

Internet address(es)

Main address

http://www.rctcbc.gov.uk/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0276

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

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supported Living Services in Rhondda Cynon Taff

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

To deliver an outcome-based care and support service, that will support people with a learning disability, mental ill health, physical disability and complex needs. The Services shall be delivered within the Councils Supported Living Service which will encompass the Council’s Wellbeing Schemes, Home Care Support and alternative Day Time, Evening and Weekend care and support services. The outcomes of these Services will be to enable the people we support maximise their full potential, to live as independently as possible and be an integral part of their local community and beyond.

The contract will be divided into 3 regional lots with 1 provider appointed to each. The current estimated annual value of the contract is circa GBP22m. Further details on the breakdown can be found in the procurement documents. It is proposed that the duration of this contract shall be for an initial 6 years commencing 1st April 2024 with the option to extend for a further period 3 years + 3 years. Extensions will be subject to performance reviews

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

Cynon Area

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85300000 - Social work and related services
  • 85310000 - Social work services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKL15 - Central Valleys
Main site or place of performance

Cynon Area

two.2.4) Description of the procurement

to deliver an outcome-based care and support service within the Cynon Area, that will support people with a learning disability, mental ill health, physical disability and complex needs. The Services shall be delivered within the Councils Supported Living Service which will encompass the Council’s Wellbeing Schemes, Home Care Support and alternative Day Time, Evening and Weekend care and support services. The outcomes of these Services will be to enable the people we support maximise their full potential, to live as independently as possible and be an integral part of their local community and beyond.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

144

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

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

two.2) Description

two.2.1) Title

Taff Area

Lot No

3

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85300000 - Social work and related services
  • 85310000 - Social work services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKL15 - Central Valleys
Main site or place of performance

Taff Area

two.2.4) Description of the procurement

to deliver an outcome-based care and support service within the Taff Area, that will support people with a learning disability, mental ill health, physical disability and complex needs. The Services shall be delivered within the Councils Supported Living Service which will encompass the Council’s Wellbeing Schemes, Home Care Support and alternative Day Time, Evening and Weekend care and support services. The outcomes of these Services will be to enable the people we support maximise their full potential, to live as independently as possible and be an integral part of their local community and beyond.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

144

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

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

two.2) Description

two.2.1) Title

Rhondda Area

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85300000 - Social work and related services
  • 85310000 - Social work services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKL15 - Central Valleys
Main site or place of performance

Rhondda

two.2.4) Description of the procurement

To deliver an outcome-based care and support service within the Rhondda Area, that will support people with a learning disability, mental ill health, physical disability and complex needs. The Services shall be delivered within the Councils Supported Living Service which will encompass the Council’s Wellbeing Schemes, Home Care Support and alternative Day Time, Evening and Weekend care and support services. The outcomes of these Services will be to enable the people we support maximise their full potential, to live as independently as possible and be an integral part of their local community and beyond.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

144

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

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

An approved application to register with CIW as required in the Regulation and Inspection of Social Care (Wales) Act 2014. this is a mandatory requirement

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

Restricted procedure

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

30 June 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

28 August 2023

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2036

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=131869

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

RCT CBC is committed to delivering its well-being objectives through the provision of goods, works and services. RCT CBC has developed a number of Social Value Measures that bidders will be able to provide proposals against. Further information will be made available in the procurement documents available to those selected to tender.

Any contract award will be conditional on the Contract being approved in accordance with the Council’s internal approval procedures and being able to proceed following the mandatory 10 day standstill period before sending confirmation of contract award to the successful Suppliers.

(WA Ref:131869)

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

Telephone

+44 2079477501

Country

United Kingdom