Section one: Contracting authority
one.1) Name and addresses
Vale of Glamorgan Council
Civic Offices, Holton Road
BARRY
CF63 4RU
Contact
Jessica Symons Senior Contract Monitoring Officer
jesymons@valeofglamorgan.gov.uk
Telephone
+44 1446700111
Country
United Kingdom
NUTS code
UKL22 - Cardiff and Vale of Glamorgan
Internet address(es)
Main address
http://www.valeofglamorgan.gov.uk
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0275
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.sell2wales.gov.wales
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.sell2wales.gov.wales
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://www.sell2wales.gov.wales
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
Dispersed Domestic Abuse Service
two.1.2) Main CPV code
- 85300000 - Social work and related services
two.1.3) Type of contract
Services
two.1.4) Short description
The Vale of Glamorgan Council’s Supporting People Team is tendering for the Dispersed Refuge Service to provide housing related support people living in the Vale which has been operating in the Vale under its current contract since 2018.
two.1.5) Estimated total value
Value excluding VAT: £235,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance
The Vale of Glamorgan
two.2.4) Description of the procurement
The tender will be completed solely on sell2wales using an open process and the deadline date is indicated on the sell2wales website.
ITT stage:
Part A: This requires organisations to complete the standard Vale of Glamorgan Council’s Pre-Qualification Questionnaire. This is a Pass/ Fail section and organisations that do not hit the required pass mark will be ruled out from the tender. However, the overall score will NOT count towards the tender evaluation.
Part B: Organisations will be required to answer ten written questions outlined in the ITT document. A pass mark of 40 has been set for this section. Organisations that score below this will be ruled out from the tender. For organisations that pass; the score for this section WILL count towards the tender evaluation.
PART C: Organisations are required to submit an annual price for delivering the service along with a detailed breakdown of how this price is achieved, broken down for each of the three projects. The Vale of Glamorgan Council has set a pricing envelope of GBP 37,000 to GBP 45,000 per annum to deliver this service meaning submissions outside this envelope will NOT be considered.
TUPE information has been supplied by the incumbent provider (Atal y Fro) and included with the tender documents. Organisations MUST factor in this TUPE information into their costs when submitting a price to deliver the service. Any queries regarding the TUPE information supplied will need to be made to the incumbent provider and contact details have been provided in the relevant spreadsheet. Organisations that do not factor in the TUPE information into their submission will be ruled out from the tender.
Presentation & Interview stage:
Organisations that pass all parts of the ITT will be invited to carry out a 20 minute presentation for the Supporting People commissioning panel and will then be asked set questions by the panel, and depending on the answers supplementary questions may be asked The panel will then score the presentations and verbal answers which will be used as part of the tender evaluation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
3 years plus a further 2 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
Please see tender documents
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 January 2023
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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
30 January 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
TUPE information has been supplied by the incumbent provider (Atal y Fro) and included with the tender documents. Organisations MUST factor in this TUPE information into their costs when submitting a price to deliver the service. Any queries regarding the TUPE information supplied will need to be made to the incumbent provider and contact details have been provided in the relevant spreadsheet. Organisations that do not factor in the TUPE information into their submission will be ruled out from the tender.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=127652.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(WA Ref:127652)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom