Tender

Dispersed Domestic Abuse Service

  • Vale of Glamorgan Council

F02: Contract notice

Notice identifier: 2022/S 000-036137

Procurement identifier (OCID): ocds-h6vhtk-039326

Published 21 December 2022, 9:39am



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

Email

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