Section one: Contracting authority
one.1) Name and addresses
Stockton-onTees Borough Council
PO Box 11, Municipal Buildings
Stockton-on-Tees
TS18 1LD
Contact
Michael Stephen Wray
Telephone
+44 1642526343
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.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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £10,700,000
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
Quality criterion - Name: Values and Vision / Weighting: 15%
Quality criterion - Name: Delivery - Outreach & Volunteering / Weighting: 10%
Quality criterion - Name: Delivery - Family Time / Weighting: 10%
Quality criterion - Name: Mobilsation of Services / Weighting: 15%
Quality criterion - Name: Transformation of Partnership Functions / Weighting: 10%
Quality criterion - Name: Proposed approach for investment / Weighting: 10%
Quality criterion - Name: Governance and Management / Weighting: 10%
Quality criterion - Name: Information Technology Integration / Weighting: 5%
Quality criterion - Name: Performance Framework / Weighting: 5%
Quality criterion - Name: Social Value method statement / Weighting: 6%
Quality criterion - Name: Social Value Commitment by value / Weighting: 4%
Price - Weighting: 0
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 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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-026562
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 April 2022
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Family Action
34 Wharf Road
London
N1 7GR
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £10,700,000
Total value of the contract/lot: £10,700,000
Section six. Complementary information
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:226194)
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