Tender

CE-163-22 - Proposed Flexible Framework Agreement for Supported Living and Personal Care for Adults with Learning Disabilities

  • South Ayrshire Council

F02: Contract notice

Notice identifier: 2024/S 000-000838

Procurement identifier (OCID): ocds-h6vhtk-03e46c

Published 10 January 2024, 3:38pm



Section one: Contracting authority

one.1) Name and addresses

South Ayrshire Council

County Buildings, Wellington Square

Ayr

KA7 1DR

Email

procurement@south-ayrshire.gov.uk

Telephone

+44 3001230900

Country

United Kingdom

NUTS code

UKM94 - South Ayrshire

Internet address(es)

Main address

http://www.south-ayrshire.gov.uk/procurement/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00405

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

CE-163-22 - Proposed Flexible Framework Agreement for Supported Living and Personal Care for Adults with Learning Disabilities

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

The Supported Living and Personal Care for Adults with Learning Disabilities Service shall deliver person centred support and care for Individuals. The overall aim of the service is to enable Individuals to live safe and, whenever possible, independent lives in their own homes.

The objectives of the Service to be delivered via the Flexible Framework Agreement are to:

- Support the health and wellbeing of Individuals

- Treat Individuals with dignity and respect

- Meet outcomes as articulated in Individual Support Plans

- Signpost Individuals to community services and organisations to prevent social isolation and loneliness through the Partnership Community Link Practitioners, 3rd Sector Organisation and by utilising the information within the South Ayrshire Life Community Information Database

- Prevent inappropriate admission to hospital

The Service shall be provided in a seamless manner to meet the Individuals holistic needs.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKM94 - South Ayrshire

two.2.4) Description of the procurement

The following services shall be available through this proposed Multi-Provider Flexible Framework Agreement (FFA), within the categories specified below, to anyone residing in the South Ayrshire geographical area that has been assessed by South Ayrshire Health and Social Care Partnership as having care and support needs:

-Adults with a learning disability

-Adults with a learning disability with complex care needs.

-Adults with a learning disability with physical disability.

-Adults with a learning disability with dementia.

-Adults with a learning disability who are vulnerable.

-Adults with a learning disability with addiction issues.

-Adults with a learning disability and a sensory impairment.

The Service shall deliver person centered support and care for Individuals. The overall aim of the service is to enable Individuals to live safe and, whenever possible, independent lives in their own homes.

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

36

This contract is subject to renewal

Yes

Description of renewals

(+1) (+1)

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Service Providers must be appropriately registered with the Care Inspectorate with an approved registration for the client group that Service Providers shall be supporting with the relevant Regulatory Bodies and the Care Inspectorate in terms of the Public Services Reform (Scotland) Act 2010 is required of all Service Providers for:

- Support Service – Care at Home

- Housing Support Services

Evidence for this requirement will be requested at the “Request for Documentation” Stage.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Insurances:

Employers Liability Insurance (Compulsory) = 10 million GBP in respect of each claim without limit to the number of claims.

Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims.

Motor Vehicle Insurance = Minimum Third-Party Motor Vehicle Liability in respect of any motor vehicle or plated plant used.

Evidence for insurance requirements will be requested at the “Request For Documentation” Stage.

Documentation requested for the above insurances will include the names of insurers, policy numbers, expiry dates, limits of any one incident, annual aggregate caps, excesses and claims handling procedures.

Financial Standing:

The Council will access a Creditsafe report for a Tenderer’s organisation and use the information contained within to assist with the assessment of the Tenderer’s economic and financial standing.

In the event that this analysis is unavailable or unsatisfactory the Council will request the following information below:

A copy of the organisation’s audited accounts or equivalent for the most recent 2 years, along with details of any significant changes since the last year end.

OR

A statement of the organisation's turnover; profit and cash flow for the most recent full year of trading or where a full year trading has not been completed the same information for the period applicable. NOTE if this information is not available in an audited format Tenderers may be required to provide an end of period balance sheet or make the response specified below.

OR

If Tenderers are unable to provide the information requested above, they may be required to provide additional information and documentation that will give the Authority the assurance that they are capable of carrying out any subsequent awarded contract. For example, a statement of their organisation's cash flow forecast for the current year and a letter from the organisation's bank outlining the current cash and credit position or other alternative means of demonstrating financial standing.

Once the Council has received and considered such financial information as is made available in line with the requirements above, the Council shall have discretion to ask Tenderers to provide either a parent company guarantee and/or a guarantee from an agreed financial institution as it considers appropriate (acting reasonably).

In the event that additional measures are requested, the Council shall, in its sole discretion, determine the terms of those measures that it deems as acceptable. If Tenderers cannot provide measures to the satisfaction of the Council then their submission may be rejected.

Evidence for this requirement may be requested at the “Request for Documentation” Stage.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Tenderers will be required to provide evidence of having the necessary capacity and capability to deliver the requirements for the Flexible Framework Agreement for Supported Living and Personal Care for Adults with Learning Disabilities. The below requirements will be requested at the “Request for Documentation” Stage:

Two (2) examples of the provision of similar services may be requested and must be from within the last 3 years for goods and services and within the last 5 years of work contracts.

If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided.

Tenderers may also be required to provide:

Technical Confirmation

If available, copies of completion certificates or customers' written declaration which validates the examples you have provided.

Guidance

If you cannot provide certificates or customer declarations the Authority may choose to contact customers cited directly in order to validate the experience examples you have provided without any further reference to you.

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

It is a requirement of this procurement that Service Providers and their Staff ensure the accreditation requirements for registration with the Scottish Social Services Council (SSSC) has taken place within the required timescales.

three.2.2) Contract performance conditions

Please refer to Procurement documents in PCS-T


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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-021169

four.2.2) Time limit for receipt of tenders or requests to participate

Date

15 February 2024

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

15 February 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Please refer to Procurement documents in PCS-T

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Please refer to Procurement documents in PCS-T

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25811. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

This procurement will include a Community Benefit requirement.

It has become clear that there is scope within the Procurement Reform (Scotland) Act 2014 which applies to public contracts, to use contracts to deliver wider social benefits such as:

- Targeted recruitment and training (providing employment and training opportunities/Apprenticeships)

- SME and social enterprise development

- Community engagement

As part of your tender response, Tenderers are requested to provide an outline of all community benefits they can offer for this contract.

(SC Ref:754904)

six.4) Procedures for review

six.4.1) Review body

Ayr Sheriff Court

Ayr

Country

United Kingdom