Scope
Reference
RCT17
Description
The Council is undertaking a competitive flexible procurement procedure to appoint a Supplier to enter into a Development Agreement with the Council.
The Supplier (Development Partner) will design, apply and secure planning permission for, construct, deliver and manage a supported living accommodation and a learning disability day centre at the former Garth Olwg Residential Care Home site, Main Road, Church Village, Pontypridd CF38 2DX.
It is anticipated that the development partner will secure relevant Welsh Government grant funding for the project. Dependent on the amount of funding secured the Council may be required to make a financial contribution as a top up. A service level agreement will be established between the Local Authority and the chosen development partner once the facility is operational for the management of the relevant services including ongoing service charges and costs. The length of the service level agreement is to be determined but is anticipated to be around a 40 year period. The service charges and costs may be negotiated as part of the tender procedure.
Therefore the estimated cost provided for in this notice is based purely on an estimation of the void space over a 40 year period. The competitive flexible procedure allows the Council to carry out the tender in multiple stages, although the Council reserves the right to award the contract based on initial tenders.
Total value (estimated)
- £12,000,000 excluding VAT
- £14,400,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 31 March 2056
- Possible extension to 31 March 2071
- 45 years
Description of possible extension:
Development Agreement with a term of 5 years that includes a Nomination and Service Agreement with a 25-year nomination period, plus an option to extend for a further 15 years.
The potential maximum Contract period is therefore up to 45 years from the date of the Development Agreement
Main procurement category
Services
CPV classifications
- 45111291 - Site-development work
- 71220000 - Architectural design services
- 70111000 - Development of residential real estate
- 45215200 - Construction work for social services buildings
- 98340000 - Accommodation and office services
Contract locations
- UKL15 - Central Valleys
Submission
Enquiry deadline
12 December 2025, 12:00pm
Submission type
Tenders
Tender submission deadline
6 January 2026, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
31 March 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Technical | Technical Questions |
Quality | 75.00% |
| Commercial | Commercial model |
Price | 20.00% |
| Social Value | Social Value matrix |
Quality | 5.00% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
The procurement will be structured into three potential tendering stages.
Stage 1 - Conditions of Participation and initial tenders
Stage 2 - Supplier Negotiation
Stage 3 - Final tenders
However, the Council reserves the right to award the Contract on the basis of Tenders received in response to this ITT (i.e. during stage 1) ("Initial Tenders") without continuing to or undertaking stages 2 and/or 3 if an initial tender satisfies all of the Councils requirements/minimum requirements and is capable of acceptance.
Stage 1: Conditions of Participation & Initial Tenders.
The purpose of this stage is to enable an assessment of Initial Tenders against the Council's conditions of participation and the award criteria set out below.
The Council will assess Initial Tenders as follows:
• Conditions of participation
• Initial Tenders
Following its evaluation of Initial Tenders, the Council reserves the right to award the contract on the basis of the Initial Tenders received that satisfies the Councils minimum requirements, or to proceed to Stage 2 and invite the three highest scoring Tenderers at the conclusion of the evaluation of Initial Tenders to Stage 2.
Stage 2 - Supplier negotiation (if used)
If the Council decides to proceed to Stage 2 rather than awarding the Contract based on Initial Tenders, Stage 2 will commence with the issuing of a letter inviting those Tenderers which have successfully been shortlisted at Stage 1 to participate in Stage 2, which will involve negotiating with the Council. The Council may negotiate on the following:
- Term of the Nomination Agreement
- Day Centre payment - rental or lump sum
The Council intends to hold a minimum of one formal negotiation session with each of the Tenderers invited to negotiate, the purpose of which will be to negotiate the Tenderer's Initial Tender submission. If a tenderer does not participate in negotiations with the Council, then the initial tender will be used as the final submission.
The Council reserves the right to hold additional negotiation meetings as they see fit at any stage in the Competitive Flexible Procedure.
Following the conclusion of all negotiation meetings, the Council will make any revisions to the tender documents where applicable and Stage 2. Tenderers will be required to submit a revised Tender via eTenderWales as part of the Stage 3 Call for Final Tender.
Stage 3 - Call for final tenders (if used)
The Council will, at Stage 3 invite Tenderers to submit fully developed and
complete Final Tenders (on the basis of the Initial Tender presented and specified during the negotiation stage) containing all the elements required and necessary for the performance of the Contract.
Following evaluation of the Final Tenders, the Council will award the Contract to the Tenderer that submits the Most Advantageous Tender by applying the Evaluation Methodology set out in the Invitation to tender for Stage 3 of this Procurement. Stage 3 criteria and weightings will be the same as Stage 1.
This procurement process will not be suitable for Lots due to the complexity only suitable for a single provider.
Contracting authority
Rhondda Cynon Taf CBC
- Public Procurement Organisation Number: PDXZ-9391-VHZQ
2 Llys Cadwyn
Pontypridd
CF37 4TH
United Kingdom
Region: UKL15 - Central Valleys
Organisation type: Public authority - sub-central government
Devolved regulations that apply: Wales