Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 201-362976/EN)
Nature of contract: Service contract
Procedure: Restricted procedure
Regulation of procurement: EU
Type of bid required: Global bid
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: The City of Cardiff Council
Postal address: County Hall, Atlantic Wharf
Town: Cardiff
Postal code: CF10 4UW
Country: United Kingdom
Telephone: +44 2920873942
Email: BJames@cardiff.gov.uk
Nuts code: UKL22
Internet address(es):
Main address: www.cardiff.gov.uk
Address of the buyer profile:
The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Housing Related Support — Provision of Generic Floating Support Services in Cardiff.
Reference number: ERFX1002652
II.1.2) Main CPV code: 85000000
II.1.3) Type of contract: Services
II.1.4) Short Description: The City of Cardiff Council (‘the Council’) seeks to award two contracts in relation to the provision of Housing Related Support to service users of the Generic Floating Support Service in Cardiff. The services under these contracts are funded by Supporting People Programme Grant (SPPG) provided by the Welsh Government.
The Supporting People programme is committed to providing a better quality of life to vulnerable people, to maintain their accommodation and to live more independently in the community. The provision of a Generic Floating Support service is very much aligned with the preventative agenda outlined in the Housing (Wales) Act 2014 and the Social Services and Wellbeing (Wales) Act 2014. The key aim of the service is to support individuals to live more independently.
II.1.5) Estimated total value:
Value excluding VAT: 14000000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
Nuts code: UKL22
II.2.4) Description of the procurement:
The Council seeks to award two contracts relating to the provision of Housing Related Support to service users of the Generic Floating Support Service in Cardiff. The services under this contract are funded by Supporting People Programme Grant (SPPG) provided by the Welsh Government and, as such, the level of annual funding made available by the Welsh Government cannot be guaranteed.
The Supporting People programme is committed to providing a better quality of life to vulnerable people, to maintain their accommodation and to live more independently in the community. The provision of a Generic Floating Support service is very much aligned with the preventative agenda outlined in the Housing (Wales) Act 2014 and the Social Services and Wellbeing (Wales) Act 2014. The key aim of the service is to support individuals to live more independently.
The intention is to issue two separate contracts for Generic Floating Support each with an annual value of circa 1 000 000 GBP, and for this level of funding the appointed providers will be required to deliver a minimum level of services. Each contract will be expected to deliver a minimum of 250 units of support at any one time, although bidders will be invited to offer additional units of support (Further details to be set out in the invitation to tender).
Any one bidder will only be awarded a maximum of one contract. The successful organisations will be required to provide housing-related support services across the city and will have the expertise to deal with clients facing a wide range of issues including, but not limited to, mental health concerns, welfare benefit matters and housing resettlement. Cases will be assigned though the Council-operated gateway. There will be the opportunity within the contracts to add more units of support should additional SPPG funding be made available by the Welsh Government. Whilst there is no guarantee that the Council will require any additional services (by way of example, additional units of support) over the term of the contracts, if additional services are required it is anticipated that the value of any additional units of support will not exceed 30 % of the basic contract value. Bidders should note that the contracts are reliant upon Welsh Government grant funding and accordingly the contracts will contain provisions to deal with any potential reduction or increase in the level of funding being made available and/or any potential cessation of the Welsh Government funding.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality/Weighting:50
Price – Weighting:50
II.2.6) Estimated value:
Value excluding VAT: 14000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewalyes Description of renewals:The option to extend (subject to continuation of Welsh Government funding) for up to an additional 24 months (or periods equating in total to no more than 24 months) provided that the contract does not extend beyond 31.3.2024.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:The Council is undertaking a two stage tender process akin to the Restricted Procedure. A pre-qualification questionnaire (PQQ) will be used to shortlist providers that meet the Council’s minimum criteria for the contract to identify organisations whose tender submissions will be evaluated
The Council will evaluate the organisations’ ability to meet minimum selected criteria, such as but not limited to, insurance levels, economic and financial standing, capacity and capability and past experience.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Restricted procedure
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2016-11-14 Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2016-12-01
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN, CY
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
VI.3) Additional information:
The Council’s view is that TUPE is unlikely to apply to the award of the new contracts under the proposed recommissioning of the Generic Floating Support Services. However, it should be noted that the Council, acting in its role as commissioner of the services, does not have a legal responsibility to determine whether TUPE applies in this procurement and bidders should take their own independent legal advice in relation to TUPE regarding this matter
Bidders should note that the closing date for PQQ (selection stage) submissions is 12:00 (noon) 14.11.2016. A threshold pass mark of 50 % will be applied at this stage. Only provider organisations who achieve a mark of 50 % or more will be invited to tender (Award Stage). Organisations that fail mandatory pass / fail questions will be deemed non-compliant and their submission will not be considered any further
The proposed commencement date of the contracts is 1.4.2017
The estimated value of each contract is circa 7 000 000 GBP based upon the proposed term (a fixed term of 5 years with the option to extend for up to 24 months). As referred to under paragraph II.2.4 additional services may be required should additional funding be made available from the Welsh Government. For the purposes of this procurement, additional services have been scoped as being no more than 30 % of the basic contract value which in effect equates to no more than 2 100 000 GBP per contract
The Council welcomes bids from all tendering organisations including but not limited to, consortia arrangements, lead contractors and sole tenderers
To express an interest and download the tender documents for this opportunity please go to the Council’s e-tendering website If you are not already registered please complete the free registration process ensuring that you select The City of Cardiff Council as a Customer, and the Common Procurement Vocabulary (CPV) codes:
85000000
85320000
85311000
Once you have registered please go to the opportunity ERFX1002652 to express an interest. You will then be able to download the tender documentation. Please ensure that you read the tender documents carefully in order to be aware of the requirements and relevant deadlines
Please note that the Services are listed under Schedule 3 of the Public Contracts Regulations 2015 (Regulation 5 (1)(d) and 74) Social and Other Specific Services) and accordingly are subject to the so called Light Touch Regime (Regulations 74-77) This procurement will use a tender process akin to the Restricted procedure under Public Contracts Regulations 2015 (as amended) and accordingly the Council cannot enter into any negotiations on the Tender or Contract
Any contract award will be conditional on the Contract being approved in accordance with the Council’s internal procedures and the Council being generally able to proceed and will allow a standstill period of a minimum of 10 calendar days to elapse before sending confirmation of contract award to the successful Tenderers
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, pause, 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
Note: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at
(WA Ref:55549).
VI.4) Procedures for review
VI.4.1) Review body
Official name: The City of Cardiff Council
Postal address: County Hall, Atlantic Wharf
Town: Cardiff
Postal code: CF10 4UW
Country: United Kingdom
Telephone: +44 2920873732
Internet address: www.cardiff.gov.uk
VI.5) Date of dispatch of this notice:2016-10-13