Tender

Operation of Core Children's Centres

  • Sandwell Metropolitan Borough Council

F02: Contract notice

Notice identifier: 2021/S 000-026687

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

Published 25 October 2021, 4:07pm



Section one: Contracting authority

one.1) Name and addresses

Sandwell Metropolitan Borough Council

Sandwell Council House, Freeth Street

Oldbury

B69 3DB

Contact

Andy Jukes

Email

andy_jukes@sandwell.gov.uk

Country

United Kingdom

NUTS code

UKG37 - Sandwell

Internet address(es)

Main address

www.sandwell.gov.uk

Buyer's address

www.sandwell.gov.uk

one.3) Communication

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

https://in-tendhost.co.uk/sandwellmbc

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/sandwellmbc

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

Operation of Core Children's Centres

Reference number

SMBC 21093

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Sandwell MBC Children’s Services is seeking to appoint agencies to operate the core children’s centres across the borough as set out in this document. Children’s centres have evolved across the country over the years but the basic principles of providing early help and support to families remains key to delivery in Sandwell. This is not a new service. The authority has developed practice over the years and wishes to maintain many approaches as noted in the specification. The authority seeks consistency of practice across the towns but acknowledges that different emphasis will be required to address local issues in different communities. The successful agencies will work with the local authority to further develop and enhance the services provided. The service has been divided into 3 lots; providers are able to submit tenders for any combination of lots.

two.1.5) Estimated total value

Value excluding VAT: £12,800,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Smethwick and Oldbury

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85321000 - Administrative social services
  • 85323000 - Community health services
  • 85312300 - Guidance and counselling services
  • 85312000 - Social work services without accommodation

two.2.3) Place of performance

NUTS codes
  • UKG37 - Sandwell

two.2.4) Description of the procurement

Please refer to the ITT 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: £4,638,800

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

Start date

1 April 2022

End date

31 March 2026

This contract is subject to renewal

No

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 contract period will be for an initial period of three (3) years from 1 April 2022 to 31 March 2025. There is an additional option to extend for a further one (1) year period 31 March 2026 at the Council’s discretion.

two.2) Description

two.2.1) Title

Rowley Regis and Tipton

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85321000 - Administrative social services
  • 85323000 - Community health services
  • 85312300 - Guidance and counselling services
  • 85312000 - Social work services without accommodation

two.2.3) Place of performance

NUTS codes
  • UKG37 - Sandwell

two.2.4) Description of the procurement

Please refer to the ITT 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: £3,642,400

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

Start date

1 April 2022

End date

31 March 2026

This contract is subject to renewal

No

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 contract period will be for an initial period of three (3) years from 1 April 2022 to 31 March 2025. There is an additional option to extend for a further one (1) year period 31 March 2026 at the Council’s discretion.

two.2) Description

two.2.1) Title

Wednesbury and West Bromwich

Lot No

Lot 3

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85321000 - Administrative social services
  • 85323000 - Community health services
  • 85312300 - Guidance and counselling services
  • 85312000 - Social work services without accommodation

two.2.3) Place of performance

NUTS codes
  • UKG37 - Sandwell

two.2.4) Description of the procurement

Please refer to the ITT 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: £4,498,400

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

Start date

1 April 2022

End date

31 March 2026

This contract is subject to renewal

No

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

he contract period will be for an initial period of three (3) years from 1 April 2022 to 31 March 2025. There is an additional option to extend for a further one (1) year period 31 March 2026 at the Council’s discretion.


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

Please refer to the ITT Documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

Please refer to the ITT Documents

Minimum level(s) of standards possibly required

Please refer to the ITT Documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Please refer to the ITT Documents

Minimum level(s) of standards possibly required

Please refer to the ITT 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

Envisaged maximum number of participants to the framework agreement: 3

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Not Applicable

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

24 November 2021

Local time

3:00pm

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

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

24 November 2021

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

The Council will be using the In-tend e-Tendering System for this Procurement exercise, please visit https://in-tendhost.co.uk/sandwellmbc to access the Sandwell MBC In-tend Supplier Portal. From here you will be able to register your company, express an interest in the opportunity, and gain immediate access to the ITT and other related documents. In Order to View the On-Line Questionnaire and Submit a Tender, you will be required to` Opt-In`. For a Step by Step user guide to the Sandwell MBC In-tend Supplier Portal please click on the `Guidance for Suppliers` section of the website. All procurement responses must be carried out via the Sandwell MBC In-tend Supplier Portal. If you require further assistance in respect of the system, please contact the In-tend support team on 0844 272 8810.

six.4) Procedures for review

six.4.1) Review body

The High Court of England

Royal Courts of Justice The Strand

London

WC2A 2LL

Country

United Kingdom