Section one: Contracting authority
one.1) Name and addresses
Stockton on Tees Borough Council
PPI Unit - Central Purchasing Kingsway House
Billingham
TS23 2YS
Contact
Mike Wray
Country
United Kingdom
NUTS code
UKC11 - Hartlepool and Stockton-on-Tees
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA0268
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Login
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/Login
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://procontract.due-north.com/Login
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
Strategic Partnership for Family Support
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Stockton-on-Tees Borough Council seeking responses from potential bidders with a view to forming a partnership to deliver and transform existing functions to support families across the Borough of Stockton-on-Tees. The Strategic Partnership shall aim to provide a, outcome-focused, cost effective solutions to meet the Council’s objectives set out in The Children and Young People’s Strategy for Stockton-on-Tees 2019-2023.
two.1.5) Estimated total value
Value excluding VAT: £10,700,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKC11 - Hartlepool and Stockton-on-Tees
Main site or place of performance
Within the Borough of Stockton-on-Tees
two.2.4) Description of the procurement
The Council will, through a competitive process, select the Partner to work in partnership with the Council to design and deliver the functions with effect from the Commencement Date, the functions include:-
1) Family Time (Supervised Contact)
2) Volunteering and Outreach
The Council will follow an open tender process and, following tender evaluation, will rank tenders scored highest to lowest and shortlist the top three ranked bidders to proceed to a Competitive Dialogue stage.
The competitive dialogue will further investigate four award questions that are identified in the published Invitation to Tender document.
Upon completion of the Competitive Dialogue Evaluation the tenders will be re-ranked and the highest ranked tenderer will be confirmed as the final Preferred Bidder, with who the Council would intend to enter into the Strategic Partnership, subject to formal contract.
Following identification of the final Preferred Bidder, the Council will work jointly with the Bidder to finalise the formal contractual arrangements for the Strategic Partnership Agreement.
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: £10,700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2027
This contract is subject to renewal
Yes
Description of renewals
Option to extend the Initial Term for up to five (5) periods of 12 months or such other period of combined twelve month periods as agreed with the Partner, in writing, up to the five years
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.2.14) Additional information
The resulting contractual arrangement for this procurement a Partnership Agreement with the Preferred bidder which includes delivery of the two identified Functions.
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
none
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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 November 2021
Local time
12:00pm
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
Tender must be valid until: 23 February 2022
four.2.7) Conditions for opening of tenders
Date
23 November 2021
Local time
12:00pm
Place
Stockton-on-Tees Borough Council
Municipal Buildings
Church Road
Stockton-on-Tees
TS19 1UE
Information about authorised persons and opening procedure
Tenders will be accepted and released by an Officer from Democratic Services in the presence of the Cabinet Member for Children's Services (or alternative Cabinet Member) and the Procurement Officer responsible for administering this tender.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The Council intends to agree with the Preferred Bidder the terms and mechanisms of the Strategic Partnership and has therefore not prescribed these at the point of tender.
Terms and mechanisms will include but are not limited to
Terms of reference and constitution
Budget setting and open book approach to funding
Function Design and redesign
Investment into the Partnership
(MT Ref:224251)
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice (or agreed alternative)
The Strand
London
WC2A 2LL
Country
United Kingdom