Opportunity

Lammermuir Supported Living Service

  • West Lothian Council

F02: Contract notice

Notice reference: 2024/S 000-003414

Published 1 February 2024, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

West Lothian Council

West Lothian Civic Centre, Howden South Road

Livingston

EH54 6FF

Contact

Hayleigh Valentine

Email

hayleigh.valentine@westlothian.gov.uk

Fax

+44 1506281325

Country

United Kingdom

NUTS code

UKM78 - West Lothian

Internet address(es)

Main address

https://www.westlothian.gov.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140

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/

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/

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

Lammermuir Supported Living Service

Reference number

CC13079

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

To provide a high quality, flexible, Care and Support Service that enables, empowers, and encourages people with Autism Spectrum Disorder / Learning Disabilities and associated complexities that have been identified by the Council as requiring support, to live as independently as possible within their own homes in the community within a Supported Living Environment.

The Service will initially provide ongoing Care and Support 24 (twenty-four) hours a day, 7 (seven) days a week in a range of ways to assist 5 (five) Service Users to achieve their assessed personalised outcomes, maximise their potential, and attain a better quality of life.

The Service will focus on the development the ‘core’ element situated in a block of 4 (four) adjoining 2 (two) bedroom flats in the first instance (2 ground floor and 2 first floor) In the future, the ‘cluster’ element may be developed by WLHSCP whereby Care and Support will be offered to residents in geographical proximity to the Core.

two.1.5) Estimated total value

Value excluding VAT: £251,750

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
  • UKM78 - West Lothian

two.2.4) Description of the procurement

To provide a high quality, flexible, Care and Support Service that enables, empowers, and encourages people with Autism Spectrum Disorder / Learning Disabilities and associated complexities that have been identified by the Council as requiring support, to live as independently as possible within their own homes in the community within a Supported Living Environment.

The Service will initially provide ongoing Care and Support 24 (twenty-four) hours a day, 7 (seven) days a week in a range of ways to assist 5 (five) Service Users to achieve their assessed personalised outcomes, maximise their potential, and attain a better quality of life.

The Service will focus on the development the ‘core’ element situated in a block of 4 (four) adjoining 2 (two) bedroom flats in the first instance (2 ground floor and 2 first floor) In the future, the ‘cluster’ element may be developed by WLHSCP whereby Care and Support will be offered to residents in geographical proximity to the Core.

two.2.5) Award criteria

Quality criterion - Name: Implementation and Transition / Weighting: 15

Quality criterion - Name: Service Delivery / Weighting: 15

Quality criterion - Name: Quality Assurance / Weighting: 10

Quality criterion - Name: Organisation Values and Practices / Weighting: 10

Quality criterion - Name: Service User Engagement and Involvement / Weighting: 10

Quality criterion - Name: Safeguarding / Weighting: 15

Quality criterion - Name: Leadership and Management / Weighting: 10

Quality criterion - Name: Fair Work First / Weighting: 15

Price - Weighting: 10

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

option to extend for up to a further 36 months.

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

Registration with the Care Inspectorate - Level 3 is a mandatory requirement. Failure to provide evidence of this may result in your tender submission being rejected.

Where required, contracts that fall within the specific risk sectors as defined by Police Scotland, or, where there is a suspicion that risk may be present, WLC will provide Police Scotland information on the representatives of the bidder (SPD Part 2B) to allow Police Scotland to review and provide feedback on information provided.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Re SPD question 4B.6 West Lothian Council will use Dun and Bradstreet’s DBAi financial reporting system to assess the financial stability of tenderers. Tenderers with a Failure Score of 50 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that 49 or less will not be considered as having met this criteria. If a tenderer has a Failure Score of less than 50, the tenderer may be required to submit their last three years accounts.

In the event that the tenderer is not required to publish accounts and therefore does not have a Dun & Bradstreet or equivalent rating, tenderers should be able to provide financial accounts when requested. The council will then conduct an analysis of the accounts to ensure that there is no significant financial risk. Please note that if you intend on attaching 2 years accounts, these must include financial data over a 3-year period.

It is recommended that candidates review their own Dun & Bradstreet Score in advance of submitting their tender. If following this review tenderers consider that the Dun & Bradstreet Score does not reflect their current financial status, details of this should be provided, complete with evidence of a good high street credit rating (the equivalent of Dun & Bradstreet score 50) from a recognised credit referencing agency. The council will review any such information as part of the evaluation of Tenderer’s financial status.

In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee.

Should after review of the financial evaluation the tenderer fail, then the tender submission may be rejected.

Re ESPD Q4B.5.1A&B; It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

Minimum level(s) of standards possibly required

Employers Liability 10,000,000 GBP

Public liability 5,000,000 GBP

Professional Indemnity 2,000,000 GBP

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders are required to provide 2 examples of experience of delivering services to people with complex care needs in a supported accommodation environment. These will be scored on a pass/fail basis therefore further evaluation will not take place if unsuitable information is provided.


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

Date

4 March 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

4 March 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: Orignal contract duration is 5 years with the option to extend by up to a further 36 months. If extensions are utilised then the authority anticipate to go out to tender in 2031.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

TUPE – The incoming Contractor is responsible for obtaining legal and professional advice about relevant TUPE implications.

CONFIDENTIALITY - All information supplied by the Authority must be treated in confidence and not disclosed to third parties except

insofar as this is necessary to obtain sureties or quotations for the purpose of submitting the tender. All information supplied by you to the

Authority will similarly be treated in confidence except:

(i) for any information required to be disclosed or otherwise provided by the Authority to any person in order to comply with the Freedom of

Information (Scotland) Act 2002 and any codes of practice applicable from time to time relating to access to public authorities’ information.

The Tenderer shall co-operate, facilitate, support and assist the Authority in the provision of this information. In the event the Authority is required to provide information to any person as a result of a request made to it under such Act and/or codes, the Authority shall adhere to the requirements of such Act and/or codes in disclosing information relating to this Agreement, the Project documents and the Contractor.

(ii) that references may be sought from banks, existing or past clients, or other referees submitted by the tenderers;

(iii) for the disclosure of such information with regard to the outcome of the procurement process as may be required to be published in the

Supplement to the Official Journal of the European Union in accordance with EU directives or elsewhere in accordance with the requirements of UK government policy on the disclosure of information relating to government contracts.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26010. 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:

West Lothian Council is committed to maximising Community Benefits from its procurement activities. Under this procurement, the contractor, and its supply chain, will be required to support the authority’s economic, social and environmental objectives relating to participation in skills development, training and employment initiatives and other value-added contributions. Accordingly, contract performance conditions may relate in particular to social, economic and environmental considerations.

While the Community Benefits Information will in no way be scored beyond the requirement that it is included in the bidder’s Tender Submission, if the Community Benefits Information contains any Community Benefits, these will be accepted by the Authority via the contract variation process and will be enforceable as part of the contract. Accordingly, where a contract is awarded to a bidder whose Tender Submission included Community Benefits, the bidder will be required to deliver those Community Benefits as part of the contract.

(SC Ref:756174)

six.4) Procedures for review

six.4.1) Review body

Livingston Sheriff Court and Justice of the Peace Court

Howden South Road

Livingston

EH54 6FF

Country

United Kingdom