Tender

Social Welfare and Advice

  • Cheshire west and Chester Borough Council

F02: Contract notice

Notice identifier: 2021/S 000-015526

Procurement identifier (OCID): ocds-h6vhtk-02c418

Published 6 July 2021, 11:06am



Section one: Contracting authority

one.1) Name and addresses

Cheshire west and Chester Borough Council

Civic Way Offices, Civic Way

Ellesmere Port

CH65 0BE

Contact

Mrs Debbie Pitcher

Email

debbie.pitcher@cheshirewestandchester.gov.uk

Telephone

+44 1244976943

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.cheshirewestandchester.gov.uk/

Buyer's address

http://www.cheshirewestandchester.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=a8d3ed85-3dde-eb11-810d-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=a8d3ed85-3dde-eb11-810d-005056b64545

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

Social Welfare and Advice

Reference number

DN550359

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council wish to develop an effective, co-ordinated, one front door model of good quality advice provision which meets the needs of the borough’s residents. The Council wants to build on best practice and provide a person-centred service to deliver information and advice through a combination of assisted and supported advice (Tier 1) and specialist advice (Tier 2). This will be complemented by legal advice being delivered at Tier 3. All social care referral, homeless referral and or hospitalisation Tier 4 advice will be referred into the appropriate Council teams. The commissioned Service will act as the primary front door for all social welfare advice queries and host and an efficient and robust triage, referral and assessment function with clear connectivity to the wider social welfare and advice services offered both in and outside of the Council.

two.1.5) Estimated total value

Value excluding VAT: £3,157,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Council wish to develop an effective, co-ordinated, one front door model of good quality advice provision which meets the needs of the borough’s residents. The Council wants to build on best practice and provide a person-centred service to deliver information and advice through a combination of assisted and supported advice (Tier 1) and specialist advice (Tier 2). This will be complemented by legal advice being delivered at Tier 3. All social care referral, homeless referral and or hospitalisation Tier 4 advice will be referred into the appropriate Council teams. The commissioned Service will act as the primary front door for all social welfare advice queries and host and an efficient and robust triage, referral and assessment function with clear connectivity to the wider social welfare and advice services offered both in and outside of the Council.

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

60

This contract is subject to renewal

Yes

Description of renewals

option to extend, contract will be re-tendered dependent on whether extensions are taken or not

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

option to extend by 2 years in one year increments

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.2.2) Time limit for receipt of tenders or requests to participate

Date

6 September 2021

Local time

10:00am

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

6 September 2021

Local time

10:05am

Place

electronically via The Chest, www.the-chest.org.uk


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

Royal Courts of Justice

London

Country

United Kingdom