Tender

Provision of a Children's Support at Home Service

  • Falkirk Council

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2022/S 000-002790

Procurement identifier (OCID): ocds-h6vhtk-031180

Published 1 February 2022, 11:05am



Section one: Contracting authority

one.1) Name and addresses

Falkirk Council

Municipal Buildings, West Bridge Street

Falkirk

FK1 5RS

Email

pcu@falkirk.gov.uk

Telephone

+44 1324506566

Country

United Kingdom

NUTS code

UKM76 - Falkirk

Internet address(es)

Main address

http://www.falkirk.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184

one.3) Communication

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

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

www.publiccontractsscotland.gov.uk

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

Provision of a Children's Support at Home Service

Reference number

CS/005/22

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 Council seeks to commission a flexible, responsive and consistently high quality service. Providers shall have the capability to work with children and young people, between the ages of 0 and 18 years, where there is an identified need to provide a flexible Support at Home service to the individual child or their parents/carers within the home environment or in the community. The Framework will run for a period of 2 years from 1 April 2022 to 31 March 2024, with the option to extend up to a further 36 months. Bidders may bid for one or all Lots.

two.1.5) Estimated total value

Value excluding VAT: £1,600,000

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Support at Home

Lot No

1

two.2.2) Additional CPV code(s)

  • 85310000 - Social work services
  • 85311300 - Welfare services for children and young people
  • 85320000 - Social services

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk

two.2.4) Description of the procurement

Providers shall have the capability to work in partnership with families to support daily routines and ensure children’s needs are met at

home. The services provided should be flexible, responsive and consistently to a high quality standard with the outcomes identified in the

Child’ Plan being central to all discussions and the decision making process. In order to deliver individual outcomes Providers are expected

to work with the Team Around the Child and share information appropriately with the child, family and Lead Professional.

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) Description

two.2.1) Title

Complex Support at Home

Lot No

2

two.2.2) Additional CPV code(s)

  • 85310000 - Social work services
  • 85311300 - Welfare services for children and young people
  • 85311200 - Welfare services for disabled people
  • 85320000 - Social services

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk

two.2.4) Description of the procurement

The Council seeks to commission flexible, responsive and consistently high quality services. Providers shall have the capability to work

with children & young people with complex health needs as a result of disability, between the ages of 0 and 18 years. Service Users may

have a range of support needs including specific support requirements attributed to physical disability, learning disability, mental health

difficulties, sensory impairment, communication difficulties and behaviours that may challenge. Providers shall have the ability to work

with Service Users who may be reluctant to engage.

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.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Registration with the Care Inspectorate and Scottish Social Services Council in accordance with Regulation of Care (Scotland) Act 2001.

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

Registration with the Care Inspectorate and Scottish Social Services Council in accordance with Regulation of Care (Scotland) Act 2001 as amended.

Bidders should provide Registration number(s) etc at Section 4A.2 in the SPD.

three.2.2) Contract performance conditions

It is expected that successful Providers will have and maintain a Care Inspectorate rating of Good or above in the themed area of Quality of Care & Support.

It is a requirement that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the following types/levels of insurance as a minimum:

Employer's (Compulsory) Liability Insurance = 10M GBP

Public Liability Insurance = 10M GBP

Professional Indemnity Insurance = 5M GBP

Medical Malpractice - 5M GBP

SPD 4B.6 Where the credit score is less than 30/100 the bidder may be excluded from the tender process unless satisfactory information is provided that gives assurances regarding financial risk in appointing the bidder to the Framework.


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.3) Information about a framework agreement

The procurement involves the establishment of a framework agreement

In the case of framework agreements, provide justification for any duration exceeding 4 years:

SPPN 7/2021

four.1.10) Identification of the national rules applicable to the procedure

Information about national procedures is available at: https://www.legislation.gov.uk/ssi/2015/446/part/2/chapter/3/crossheading/social-and-other-specific-services/made

four.1.11) Main features of the award procedure

As detailed in the tender documentation

four.2) Administrative information

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

Date

28 February 2022

Local time

11:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

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

The scope of services to be provided under this Framework falls within the definition of social and other specific services in Schedule 3 to

the Public Contracts (Scotland) Regulations 2015 ("the Regulations") and therefore the procurement process shall be subject to the

requirements of section 7 of the Regulations.

SPPN 7/2021

Reserve right to open Framework to new entrants

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=677317.

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.publiccontractsscotland.gov.uk/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.

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:

As detailed in the tender documentation

(SC Ref:677317)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Edinburgh

Country

United Kingdom