Tender

Flexible Framework for the Provision of a Community Support Service for Children and Young People - Framework Reopened

  • North Ayrshire Council

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

Notice identifier: 2024/S 000-003491

Procurement identifier (OCID): ocds-h6vhtk-0436b3

Published 2 February 2024, 11:31am



Section one: Contracting authority

one.1) Name and addresses

North Ayrshire Council

Cunninghame House, Friars Croft

Irvine

KA12 8EE

Email

laurakeane@north-ayrshire.gov.uk

Country

United Kingdom

NUTS code

UKM93 - East Ayrshire and North Ayrshire mainland

Internet address(es)

Main address

http://www.north-ayrshire.gov.uk

Buyer's address

http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337

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

Flexible Framework for the Provision of a Community Support Service for Children and Young People - Framework Reopened

Reference number

NAC/4311

two.1.2) Main CPV code

  • 85311300 - Welfare services for children and young people

two.1.3) Type of contract

Services

two.1.4) Short description

North Ayrshire Council requires providers to deliver person centred support to children and young people (up to and including 18 years of age) enabling them to achieve their outcomes as per their Child Assessment and Plan and Support Plan. Person centred support encompasses personal support, community support and care within the home.

This framework is being reopened at the discretion of the Council, we currently have three Service Providers appointed and we are looking to appoint one Service Provider, as the original documents allow the Council to appoint up to a maximum of four Service Providers.

two.1.5) Estimated total value

Value excluding VAT: £2,116,039

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland

two.2.4) Description of the procurement

North Ayrshire Council requires providers to deliver person centred support to children and young people (up to and including 18 years of age) enabling them to achieve their outcomes as per their Child Assessment and Plan and Support Plan. Person centred support encompasses personal support, community support and care within the home.

This framework is being reopened at the discretion of the Council, we currently have three Service Providers appointed and we are looking to appoint one Service Provider, as the original documents allow the Council to appoint up to a maximum of four Service Providers.

two.2.6) Estimated value

Value excluding VAT: £2,116,039

two.2.7) Duration of the contract or the framework agreement

Start date

29 March 2024

End date

18 August 2028

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

Bidders will be required to have a minimum yearly “specific” turnover of 235,115 GBP for the last 3 years in the business area covered by the contract.

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement, the types and levels of insurance indicated below: Public Liability insurance 10M GBP. Employer’s Liability insurance 5M GBP.

NAC reserve the right to review the bidder’s information at tender stage and throughout the contract and seek clarifications if necessary. If clarifications are not satisfactory the bidder may be excluded from the tender process. Bidders who cannot meet the required level of turnover/ insurances will be excluded from this tender.

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

Bidders must be registered with the Care Inspectorate or equivalent.

Bidders must maintain registration throughout the duration of the contract.

Bidders will be required to provide a minimum of 2 examples of services carried out in the past 3 years that demonstrates they have the relevant experience to deliver the services as described in part II.2.4 of the Contract Notice. The services must be of a similar size and scope. Unsatisfactory experience will result in exclusion from the tender process.

Bidders will be required to provide 2 satisfactory references for the same 2 services contracts on the reference templates provided. References should be completed and signed by previous customers for contracts of a similar size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.

Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.

Bidders will be required to confirm the supplier's staff have the following relevant qualification:

Where compulsory professional registration applies to staff associated with this Service, the Provider must ensure that staff are registered in the appropriate part of the Scottish Social Services (SSSC) register as required or, acceptable alternative professional register such as NMC, HCPC or GTCS.

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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:

This is a flexible framework procured under the light tough regime.

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

Information about national procedures is available at: http://www.gov.scot/Topics/Government/Procurement

four.1.11) Main features of the award procedure

This procurement is based on 100% Quality and the acceptance of an agreed hourly rate. Please see PCS-Tender for further information.

four.2) Administrative information

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

Date

23 February 2024

Local time

12:00pm

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

English


Section six. Complementary information

six.3) Additional information

Lots are not being used for this tender for the reason(s) stated below:

Nature of the contract not suitable for lots.

Quality Management Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or a documented policy regarding quality management, see attachment at SPD question 4D.1.

Health and Safety Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS OHSAS 18001 ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question 4D.1.

Environmental Management Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN

ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy

regarding environmental management, see attachment at SPD question 4D.2.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 53473. 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:

Minimum requirement for community benefits apply.

Community benefits will be requested on a minimum requirement basis for:

Employability and Training

Supply Chain Initiatives

Community and Education Initiatives

(SC Ref:756353)

six.4) Procedures for review

six.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

Telephone

+44 1563550024

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/