Section one: Contracting authority
one.1) Name and addresses
Inverclyde Council
Corporate Procurement, Municipal Buildings, Clyde Square
Greenock
PA15 1LX
Contact
Angela Rodgers
Angela.Rodgers@inverclyde.gov.uk
Telephone
+44 1475712634
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of a Family Support Worker Service
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 Family Support Worker will work with families and groups of children identified as our target groups to provide early help and support. They will work with families in primary and secondary schools who are experiencing a range of adversity that impacts on children and young people’s educational attainment. This will also involve working to improve relationships between families, partners and schools.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
- 85000000 - Health and social work services
- 80100000 - Primary education services
- 85311300 - Welfare services for children and young people
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
The Family Support Worker will work with families and groups of children identified as our target groups to provide early help and support. They will work with families in primary and secondary schools who are experiencing a range of adversity that impacts on children and young people’s educational attainment. This will also involve working to improve relationships between families, partners and schools.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 30
Quality criterion - Name: Fair Working Practices / Community Benefits / Weighting: 5
Quality criterion - Name: Performance Management / Weighting: 25
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2022
End date
30 June 2024
This contract is subject to renewal
Yes
Description of renewals
Inverclyde Council reserve the right to extend this contract for a further 12 months from 1st July 2024 until 30th June 2025
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.1.2) Economic and financial standing
List and brief description of selection criteria
Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet assessment. In order to be considered, applicants must achieve one of the following:
(a) Where the tenderers Dun & Bradstreet risk indicator is 3, the annual contract value should also be less than 50% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 24 months of the date of the financial check).
OR
(b) Where the tenderers Dun & Bradstreet risk indicator is 2 or better, the annual contract value should also be less than 75% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 21 months of the date of the financial check).
PLEASE NOTE THE IMPORTANT GUIDANCE TO BIDDERS BELOW:
APPLICANTS ARE STRONGLY ADVISED TO SATISFY THEMSELVES THAT THEY MEET THESE CRITERIA AS FAILURE OF THE FINANCIAL CHECK WILL MEAN THAT THEIR APPLICATION WILL NOT BE CONSIDERED FURTHER. APPLICANTS SHOULD ALSO SATISFY THEMSELVES THAT THEIR DUN AND BRADSTREET RATINGS ARE CORRECT AND IT IS THE APPLICANT’S RESPONSIBILITY TO RAISE ANY QUERIES WITH DUN AND BRADSTREET IF THEY FEEL A CORRECTION IS REQUIRED. THE COUNCIL WILL RELY ON THE RISK RATING IT OBTAINS AT THE TIME IT PERFORMS THE D&B FINANCIAL CHECK.
You must provide your average yearly turnover for the last 2 years.
Turnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted.
If you are unable to provide the turnover information required due to being exempt from submission of full audited accounts, please provide an explanation on why you are exempt in response to this question.
If you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit alternative information and documentation on your financial position should this be required at any point. This information could be required at selection or in the event that the bidder is identified as the preferred bidder.
three.1.3) Technical and professional ability
List and brief description of selection criteria
ESPD 4C.1.2 - TECHNICAL & PROFESSIONAL ABILITY (SERVICES)
Bidders will be required to provide 2 examples that demonstrate that they have the relevant experience to deliver a Family Support Worker Service in Primary and Secondary Schools in the past 3 years. Examples must demonstrate you have experience of delivering a contract of a similar size and nature that can be transferrable into the context of this contract opportunity.
***
ESPD 4C.6 - TECHNICAL & PROFESSIONAL (QUALIFICATIONS)
All Family Support Worker team staff must be appropriately trained and qualified to HNC in Social Care or SVQ Level 3 in Social Care or equivalent.
All Family Support Worker team staff appointed to the contract will be required to have an up-to-date enhanced disclosure Scotland PVG carried out at the providers cost
before being able to provide these services.
***
References may be sought as part of the procurement process.
***
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
22 April 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
22 April 2022
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Subject to budget availability and satisfactory performance by the Provider of the Contract during the initial period, the Council shall, upon providing the Provider with at least 3 month’s prior written notice, have the right to extend the Contract on the existing terms and conditions, for a further period of 12 months commencing 1st July 2024 to 30th June 2025
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.
***
SPD 4B INSURANCE :
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract,
the types and levels of insurance as indicated below:
Employer’s (Compulsory) Liability Insurance = 5M GBP
Public Liability = 5M GBP including an indemnity against abuse claims with no inner limit
***
SPD 4C SUBCONTRACTORS
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
***
SPD 4D QUALITY MANAGEMENT PROCEDURES
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 hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information")
***
HEALTH & SAFETY
The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (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 hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information") SPD Health & Safety.
***
TECHNICAL ENVELOPE 2.4 PART A: CHILD PROTECTION POLICY
The bidder must have a documented Child Protection Policy that fully meets the Protection of The Children (Scotland) Act 1995, the Children’s Hearings (Scotland) Act 2011 and Children and Young People (S) Act 2014 and the guidance in Protecting Children and Young People: The Charter (Scottish Executive, 2004).
***
TECHNICAL ENVELOPE 2.5 PART A: COMPLAINTS PROCEDURE
The bidder must comply with Inverclyde Council`s Complaints Handling Procedure.
***
TECHNICAL ENVELOPE 2.6 PART A: DATA PROTECTION, DATA RETENTION AND SECURE DESTRUCTION
The bidder must demonstrate appropriate compliance with the Data Protection Laws for Data Protection, Data Retention and Secure Destruction by providing a copy of their Policy/Policies
***
It will also be a condition of contract that Tenderers comply with Inverclyde Council`s General Conditions of Contract, Special Conditions of Contract, Specification, Contract Information for Tenderers and enter into a Data Sharing Agreement with Inverclyde Council.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 43057. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:686983)
six.4) Procedures for review
six.4.1) Review body
Greenock Sheriff Court and Justice of the Peace Court
Sheriff Court House,1 Nelson Street,
Greenock
PA15 1TR
Country
United Kingdom