Personal Domiciliary Care and Housing Related Support Cardiff
Cardiff County Council wishes to invite expressions of interest from suppliers to deliver Supported Living Services to six homeless individuals who have been assessed as having complex needs and require both personal domiciliary care and housing related support services.
United Kingdom-Cardiff: Health and social work services
2014/S 077-133527
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Cardiff Council
County Hall, Atlantic Wharf
Contact point(s): Commissioning & Procurement
For the attention of: Ben James
CF10 4UW Cardiff
UNITED KINGDOM
Telephone: +44 2920873732
E-mail: bjames@cardiff.gov.uk
Internet address(es):
General address of the contracting authority: http://appswales.alito.co.uk/
Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0422
Electronic access to information: http://appswales.alito.co.uk/
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: Corporation Road, Cardiff.
NUTS code UKL22
The individuals concerned are single homeless adults with a range of social, physical, substance misuse and mental health related difficulties.
A property has been identified to be used as the supported accommodation for this Project.
This property is owned by Taff Housing Association, a Registered Social Landlord (RSL).
It is anticipated that the building will be ready for occupation June 2014.
Each of the six individuals will hold a tenancy agreement with Taff.
Cardiff Council wishes to tender for two separate contracts, one in relation to the Housing Related Support (HRS) services and the other in relation to Personal Domiciliary Care (PDC) services.
The combined estimated value of these contracts is circa 564000GBP based on contract terms of three years plus an option to extend for a further year.
Cardiff Council requires one contractor to provide both services, however the authority will welcome consortium bids, with one supplier acting as the “lead provider”.
This will be reflected in the tender documentation.
The Housing Related Support services contract is to be funded from the Supporting People Programme Grant (SPPG) and the Regional Collaborative Committee has already approved the use of SPPG for this Project to the value of 43000GBP per annum for the duration of the proposed contract.
Additional Information:
We will evaluate the provider’s ability to meet minimum selection criteria, such as insurance, financial standing, past experience, equalities and health & safety record, and to satisfactorily deliver the requirements of the service specification.
To express an interest and download the tender documents for this opportunity, please go to the Council’s e-tendering website Alito (http://appswales.alito.co.uk).
If you are not already registered, please complete the free registration process ensuring that you select Cardiff and either of the following category codes; SA08 – Domiciliary Care Services, SA17 – Supported Living Services.
Once you have registered, please go to tender 10426CCC and express an interest. You will then be able to download the documentation.
Please ensure that you read the tender documents carefully in order to be aware of the requirements of the process and all the relevant deadlines.
Tender documentation can only be accessed through the Website.
The services being procured fall within Part B of the Procurement Regulations and, as such, the Procurement Regulations only apply in part to this procurement.
Accordingly tenderers should note that the Council has chosen voluntarily to issue an OJEU Notice and for the avoidance of doubt this action shall not give rise to any further obligations other than those applicable to Part B services.
Given this is a voluntary OJEU notice, bidders should note that all dates relating to the process are subject to change.
The Council will use a fair, transparent and proportionate procedure with timescales and processes chosen by the Council.
For the avoidance of doubt the Council will not be bound by and statutory time limits as this is a contract opportunity which for the purposes of the public contracts regulations is a Part B Service, and therefore not subject to the full extent of the public contract regulations (as amended) is not required to be tendered under the public contract regulations (as amended) and accordingly the Council is only obliged to comply with those parts of the Regulations (as amended) which apply to Part B Services.
The Council reserves the right to award all, part or none of the business forming the subject matter of this procurement and to abandon, halt, postpone this procurement at any time.
Under no circumstances will the council incur any liability (including, but not limited to, liability as to costs) in respect of this procurement exercise, the abandonment of the same, or any documentation issued as part of this procurement exercise.
Lodging of Appeals:
The authority will incorporate the mandatory standstill period as directed by the Public Contracts Regulation 32 (1) to 32 (2A) and send the award decision notice which will include: the award criteria, the reasons for the decision including the characteristics and relative advantages of the successful winner; the recipient of the notice and any reasons why the recipient did not meet the technical specification; the name of the party to be awarded the Contract, and a precise statement of when the standstill period is expected to end, including any reasons that it may not end when envisaged.
Applicants will have the duration of the standstill period to ask further questions or bring proceedings.
Such information should be sought from the contact named in Section 1.1 of this notice.
The authority is now automatically obliged to refrain from entering into a contract when proceedings are brought in respect of the award decision and the contract has not been entered into or the framework concluded.
The contractor must serve the legal claim form on the contracting authority (in acc. or dance with rules of court) that represents the formal trigger for the authority to suspend the
contract-making.
The automatic suspension remains in force until either the court terminates the suspension or the proceedings come to an end.
Note: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=9231
85000000, 85300000, 85310000, 70333000
Section III: Legal, economic, financial and technical information
Please see tender documentation.
Section IV: Procedure
The most economically advantageous tender in terms of the criteria stated below
1. Quality. Weighting 70
2. Cost. Weighting 30
Section VI: Complementary information
Estimated timing for further notices to be published: 48 months.
VI.5)Date of dispatch of this notice:15.4.2014