Contract

Strategic Partnership for Family Support

  • Stockton-onTees Borough Council

F03: Contract award notice

Notice identifier: 2022/S 000-031417

Procurement identifier (OCID): ocds-h6vhtk-02ef2f

Published 7 November 2022, 1:53pm



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

Email

mike.wray@stockton.gov.uk

Telephone

+44 1642526343

Country

United Kingdom

NUTS code

UKC11 - Hartlepool and Stockton-on-Tees

Internet address(es)

Main address

www.stockton.gov.uk

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