Contract

Flexible Framework for the Provision of Supported Living and Community Based Support Services for Adults with Social Care Needs

  • Renfrewshire Council

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

Notice identifier: 2025/S 000-003658

Procurement identifier (OCID): ocds-h6vhtk-040b20

Published 4 February 2025, 2:13pm



Section one: Contracting authority

one.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Contact

Sarah Ford

Email

sarah.ford@renfrewshire.gov.uk

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.renfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400

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 Supported Living and Community Based Support Services for Adults with Social Care Needs

Reference number

RC-CPU-23-210

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Renfrewshire Council (the Council) is seeking to establish a multi–Provider Flexible Framework Agreement (Flexible Framework) for the Provision of Supported Living and Community Based Support Services for Adults with Social Care Needs. The Services will be for Adults with support needs relating to Mental Health, Learning Disabilities, Autism, Physical Disabilities, complex needs or other care and support inclusive of personal care, housing support, non-personal care, emotional and practical support. There may be the occasional requirement for a Service to be arranged for a child. The Council will utilise the Flexible Framework for SDS Option 2 & Option 3.

It is anticipated that the Flexible Framework will be for 4 years with the option to extend for up to 12 months on 3 occasions, subject to satisfactory operation and performance. It is anticipated that the Flexible Framework will start on the 1st November 2024 and will expire on the 31st October 2028. Should all extension options be taken, the end date will be the 31st October 2031. In the event that the Flexible Framework does not start on 1st November 2024, the Flexible Framework will start on the Commencement Date as stated in the Letter of Acceptance. The length of any Individual Service Contract (ISC) made under this Flexible Framework will be stated in the relevant ISC. Please note an ISC may expire after the Flexible Framework End Date.

Tenderers should note there is no guaranteed level of spend for any ISC awarded under the Flexible Framework; there is also no guarantee of payment being made to a Provider solely by appointment to the Flexible Framework.

A flexible approach has been designed which will allow New Entrants to apply to be on the Flexible Framework.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £210,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85300000 - Social work and related services
  • 85310000 - Social work services
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

The Tender Procedure shall be conducted in accordance with an above Government Procurement Agreement (GPA) Threshold as an Open procedure relating to Services under Schedule 3 – Social and Other Specific Services of the Public Contracts (Scotland) Regulations 2015.

The Council is seeking to establish a multi–Provider Flexible Framework Agreement (Flexible Framework).

The scope of the Flexible Framework falls within the ‘Social and Other Specific Services’ category and is subject to the procurement regimes set out in section 7, Social and Other Specific Services, both of the Public Contracts (Scotland) Regulations 2015. As such, a flexible approach has been designed which will allow New Entrants to apply to be on the Flexible Framework.

The Council will call off from the Flexible Framework and invites responses to the Invitation to Tender (ITT) for a place on this Flexible Framework from suitably qualified Providers. Tenderers should note there is no guaranteed level of spend for any ISC awarded under the Flexible Framework; there is also no guarantee of payment being made to a Provider solely by appointment to the Flexible Framework.

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.2.14) Additional information

Prospective providers must meet the selection criteria as detailed in this Contract Notice and also meet the required technical criteria as detailed in the Tender Documents.


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.11) Main features of the award procedure

Tender responses will be evaluated in line with the Award Criteria detailed in the Invitation to Tender.

The Quality/Price split is 70% Quality and 30% Price.

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-019839


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 November 2024

five.2.2) Information about tenders

Number of tenders received: 33

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 33

Number of tenders received by electronic means: 33

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Active healthcare

Active Healthcare Services 12 Almondvale South Livingston

Livingston

EH54 6NB

Country

United Kingdom

NUTS code
  • UKM - Scotland

five.2.3) Name and address of the contractor

Affinity Trust

1 St.Andrew's Court, Wellington St

Thame

OX93WT

Country

United Kingdom

NUTS code
  • UKJ14 - Oxfordshire

five.2.3) Name and address of the contractor

All Care Services Ltd

74 Fulmar Brae, Ladywell

Livingston

EH54 6UU

Country

United Kingdom

NUTS code
  • UK - United Kingdom

five.2.3) Name and address of the contractor

Ayrshire Care Solutions

166 Main Street, Auchinleck

Cumnock

KA18 2AS

Country

United Kingdom

NUTS code
  • UKM93 - East Ayrshire and North Ayrshire mainland

five.2.3) Name and address of the contractor

Capability Scotland

Vantage Point, 24 St Johns Road

Edinburgh

EH12 5NZ

Country

United Kingdom

NUTS code
  • UK - United Kingdom

five.2.3) Name and address of the contractor

Care Solutions Homecare Limited

6th Floor, Gordon Chambers, 90 Mitchell Street

Glasgow

G1 3NQ

Country

United Kingdom

NUTS code
  • UKM - Scotland

five.2.3) Name and address of the contractor

Community Integrated Care

2 Old Market Court, Miners Way

Widnes, Cheshire

WA8 7SP

Country

United Kingdom

NUTS code
  • UK - United Kingdom

five.2.3) Name and address of the contractor

Cornerstone Community Care

The Doges Studios, Templeton Business Centre, 62 Templeton Street

Glasgow

G40 1DA

Country

United Kingdom

NUTS code
  • UK - United Kingdom

five.2.3) Name and address of the contractor

Delight Supported Living Ltd

11 Dalrymple Court, Industry Street

Kirkintilloch

G66 3AA

Country

United Kingdom

NUTS code
  • UKM - Scotland

five.2.3) Name and address of the contractor

ENABLE Scotland (leading the Way)

INSPIRE House, 3 Renshaw Place, Eurocentral

Lanarkshire

ML1 4UF

Country

United Kingdom

NUTS code
  • UKM - Scotland

five.2.3) Name and address of the contractor

HRM Homecare Services Ltd

75 LONDON RD

GLASGOW

KA3 7BP

Country

United Kingdom

NUTS code
  • UK - United Kingdom

five.2.3) Name and address of the contractor

Key Housing Association Limited

The Square, 70 Renton Street

Glasgow

G4 0HT

Country

United Kingdom

NUTS code
  • UKM82 - Glasgow City

five.2.3) Name and address of the contractor

Living Ambitions Ltd

56 Southwark Bridge Road

London

SE1 0AS

Country

United Kingdom

NUTS code
  • UK - United Kingdom

five.2.3) Name and address of the contractor

McFarlane Trust Ltd.

Unit 902, Abbey Mill Business Centre, 12 Seedhill Road

Paisley

PA1 1JS

Country

United Kingdom

NUTS code
  • UK - United Kingdom

five.2.3) Name and address of the contractor

Partners for Inclusion

West Kirk, 84 Portland Street

KIlmarnock

KA3 1AA

Country

United Kingdom

NUTS code
  • UKM93 - East Ayrshire and North Ayrshire mainland

five.2.3) Name and address of the contractor

Quarriers

20 St Kenneth Drive

Glasgow

G514QD

Country

United Kingdom

NUTS code
  • UK - United Kingdom

five.2.3) Name and address of the contractor

RAMH

41 Blackstoun Road

Paisley

PA3 1LU

Country

United Kingdom

NUTS code
  • UK - United Kingdom

five.2.3) Name and address of the contractor

Scottish Action for Mental Health

Brunswick House, 51 Wilson Street

Glasgow

G1 1UZ

Country

United Kingdom

NUTS code
  • UKM82 - Glasgow City

five.2.3) Name and address of the contractor

Scottish Autism

Hilton House, Whins Road

Alloa

FK10 3SA

Country

United Kingdom

NUTS code
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

five.2.3) Name and address of the contractor

SCRT Limited

14 City Quay, Camperdown Street

Dundee

DD1 3JA

Country

United Kingdom

NUTS code
  • UKM - Scotland

five.2.3) Name and address of the contractor

The Richmond Fellowship Scotland Limited

3 Buchanan Gate, Cumbernauld Road

Stepps

G33 6FB

Country

United Kingdom

NUTS code
  • UKM - Scotland

five.2.3) Name and address of the contractor

Turning Point Scotland

54 Govan Road

Glasgow

G511JL

Country

United Kingdom

NUTS code
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

five.2.3) Name and address of the contractor

Wheatley Care

Wheatley House, 25 Cochrane Street

Glasgow

G1 1HL

Country

United Kingdom

NUTS code
  • UKM - Scotland

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £210,000,000


Section six. Complementary information

six.3) Additional information

The minimum insurance requirements that all Tenderers will be required to evidence as part of the tender process to obtain a place on the Flexible Framework are detailed below. Where a Tenderer does not currently hold this level of cover they may confirm in the SPD (Scotland) that the required insurance cover shall be put in place prior to the award of the Flexible Framework. Evidence will be required to be provided to the Council prior to the award of the Flexible Framework. If this is not achieved, the Tenderer will not be eligible to be awarded a place on the Flexible Framework.

Employer’s liability insurance cover in respect of the Employers’ Liability (Compulsory Insurance) Regulations 1998 in accordance with any legal requirement from time to time in force, to a minimum indemnity limit of at least 10,000,000GBP each and every claim;

Public Liability Insurance shall not be less than 10,000,000GBP in respect of each and every claim;

Professional Indemnity insurance shall not be less than 2,000,000GBP in respect of any one incident;

For Medical Malpractice, Insurance cover will not be less than 10,000,000GBP in the aggregate OR evidence of a care and treatment extension within the public liability policy, for no less than 10,000,000GBP;

Motor vehicle Insurance, if vehicles are used at all for this Contract and any related ISC (i.e. for attending council premises for supplier performance monitoring meetings), Statutory Third Party insurance; please provide evidence by way of a valid Motor Vehicle (MV) certificate in the company name;

OR where there is no company fleet and employees use their own vehicles instead, a letter signed by a person of appropriate authority confirming that the provider has ongoing arrangements in place to ensure that employees'

vehicles are appropriately insured and maintained for business purposes.

Technical Experience

Providers must provide 2 examples of previous experience in delivering similar services which must include evidence of registration with the Care Inspectorate to deliver both a Housing Support Service and a Support Service - Care at Home. Providers’ will also be required to have a minimum grade of 4 for the Care and Support/ How well do we support peoples wellbeing theme in their last inspection and minimum grades of 3 in all other themes.

Quality management policy required.

Providers must have a Health and Safety Policy which includes risk assessments.

(SC Ref:783040)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or Court of Session.