Section one: Contracting authority
one.1) Name and addresses
Reading Borough Council
Civic Offices,
Reading
RG1 2LU
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/readingbc/aspx/Tenders/Current
Additional information can be obtained from the above-mentioned address
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
Discharge to Assess Block Bed Contract
Reference number
RBC 00001755
two.1.2) Main CPV code
- 85300000 - Social work and related services
two.1.3) Type of contract
Services
two.1.4) Short description
BC requires 4 Discharge to Assess Beds over 17 months with the option to flex an additional 2 beds during the winter months (November to March) under the same contract.
two.1.5) Estimated total value
Value excluding VAT: £1,163,000
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
Discharge to Assess Block Bed Contract within RBC boundary
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKJ11 - Berkshire
Main site or place of performance
reading
two.2.4) Description of the procurement
RBC requires 4 Discharge to Assess Beds over 17 months with the option to flex an additional 2 beds during the winter months (November to March) under the same contract.Contract evaluation and award will be across two lots - Lot 1 provision within RBC boundary and Lot 2 external to RBC boundary. Primary and preferential focus will be on Lot 1 provision
two.2.5) Award criteria
Quality criterion - Name: Quality assessment / Weighting: 50
Cost criterion - Name: Cost Assessment / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £1,163,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
53
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) Description
two.2.1) Title
Discharge to assess Block Bed Contract outside of RBC boundary
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
RBC requires 4 Discharge to Assess Beds over 17 months with the option to flex an additional 2 beds during the winter months (November to March) under the same contract.Contract evaluation and award will be across two lots - Lot 1 provision within RBC boundary and Lot 2 external to RBC boundary. Primary and preferential focus will be on Lot 1 provision, with all other tenders being considered for provision under Lot 2, but only where the bidder can fully demonstrate the person centred and proximity requirements can be sustainably and economically met for the entire contract duration.
two.2.5) Award criteria
Quality criterion - Name: Quality assessment / Weighting: 50
Cost criterion - Name: Cost Assessment / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £1,163,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
53
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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.1.8) 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
Originally published as:
Date
8 November 2023
Local time
12:00pm
Changed to:
Date
23 October 2023
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
8 November 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court of Justice of England and Wales
7 Rolls Buildings, Fetter Lane
London
EC4A 1NL
Country
United Kingdom