Section one: Contracting authority
one.1) Name and addresses
Aberdeen City Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
Contact
Suzy Melvin
SocialCareCPSS@aberdeencity.gov.uk
Telephone
+44 14675333350
Country
United Kingdom
NUTS code
UKM50 - Aberdeen City and Aberdeenshire
Internet address(es)
Main address
http://www.aberdeencity.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00232
one.3) Communication
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://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
Dual Sensory Impairment - Aberdeen City
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Aberdeen City Council has a requirement for the provision of a fully accessible dual sensory service across Aberdeen City for adults aged 16 and over. The duration of this contract is from 1st October 2021 to 30th September 2024, with two potential one-year extensions.
The Service shall offer support to individuals who have a range of issues relating to sight and hearing impairment and it shall also extend to the families and/or carers of Supported People. The Service shall also seek to raise public awareness around issues relating to sensory loss, train and educate professionals, as well as influence planning decisions to improve accessibility.
It is envisaged that the Service will provide varying levels of support, ranging from intensive support, for example, social work assessments, to low level, for example, newsletters. Interventions may be required at short notice and on an ad hoc basis therefore the service to people with a sensory loss needs to be responsive to need. The Service Provider will also maintain a register of visually impaired people on behalf of the Council.
two.1.5) Estimated total value
Value excluding VAT: £1,641,870
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
- UKM50 - Aberdeen City and Aberdeenshire
two.2.4) Description of the procurement
Aberdeen City Council has a requirement for the provision of a fully accessible single sensory service across Aberdeen City (the “Service”) for adults aged 16 and over. The duration of this contract is from 1st April 2021 to 31st March 2024, with two potential one-year extensions.
The Service shall offer support to individuals who have a range of issues relating to sensory impairment (“Supported People”) and it shall also extend to the families and/or carers of Supported People. The Service shall also seek to raise public awareness around issues relating to sensory loss, train and educate professionals, as well as influence planning decisions to improve accessibility.
It is envisaged that the Service will provide varying levels of support, ranging from intensive support, for example, social work assessments, to low level, for example, newsletters. Interventions may be required at short notice and on an ad hoc basis therefore the service to people with a sensory loss needs to be responsive to need. The Service Provider will also maintain a register of visually impaired people on behalf of the Council.
two.2.6) Estimated value
Value excluding VAT: £1,641,870
two.2.7) Duration of the contract or the framework agreement
Duration in months
36
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
The cost noted above is for the 3 year contract period and includes a budget of GBP28,000 per year for equipment. There is an option to extend the contract for a further 2 years.
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
Question 4C.1.2 - Relevant experience
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described. A minimum of two examples will be required.
Question 4B.5 - The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of
insurance cover indicated in the relevant Contract Notice:
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:
Employer’s Liability Insurance = GBP10m
Public Liability Insurance = GBP5m
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.1.11) Main features of the award procedure
PCST
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 June 2021
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
Question 4B.4 -
1.The Council shall obtain a Creditsafe credit check and will score bidders accordingly:
71 - 100 Very Low Risk – Accept
51 - 70 Low Risk - Accept
30 - 50 Moderate Risk – subject to further discussion internally with the option to reject.
21-29 High Risk – subject to further discussion internally with the option to reject.
1-20 Very High Risk – Reject.
2. Please state current turnover (if contract value is over 50% of reported turnover, further discussion will be had internally with the option
to reject).
3. If you are under no obligation to publish accounts on Companies House and/or do not have a comprehensive credit rating then provide
audited financial accounts for the previous two years. Both quick and current ratios should be a minimum of 1:1.5 for the two successive
years. Bidders whose ratios do not meet the minimum criteria will be rejected. Bidders who can provide audited accounts but chose not to
do so shall be rejected.
4. Bidders who have been trading for less than one year and cannot provide audited accounts must submit the cash flow for the current year
and a letter from the bank outlining the current cash and credit position for the current year and subsequent year. This will be subject to
internal discussion with the option to reject.
5. If bidder still 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 submission is supported by a parent company guarantee.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18522. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
The Scottish Public Sector is committed to the delivery of high quality public services, and recognises that this is critically dependent on a workforce which is well-rewarded, well-motivated, well-led, has access to appropriate opportunities for training and development, is diverse and inclusive, and can influence decision making. These factors are also important for workforce recruitment and retention, and thus continuity of service delivery.
Public bodies in Scotland are committed to applying the Fair Work First criteria in their own organisation and in publicly funded supply chains
Fair Work First is the Scottish Government’s policy for driving good quality and fair work in Scotland. Through this approach, the Scottish Government, and its public sector partners, are asking bidders to describe how they are committed to progressing towards adopting and how they intend to continue embedding the five Fair Work First criteria:
appropriate channels for effective voice, such as trade union recognition
investment in workforce development
no inappropriate use of zero hours contracts
action to tackle the gender pay gap and create a more diverse and inclusive workplace; and,
providing fair pay for workers (for example, payment of the real Living Wage).
In order to ensure the highest standards of service quality in this contract we expect suppliers to commit to progressing towards adopting the five Fair Work First criteria in the delivery of this contract as part of a fair and equitable employment and reward package as a route to progressing towards wider fair work practices set out in the Fair Work Framework.
(SC Ref:651577)
six.4) Procedures for review
six.4.1) Review body
Aberdeen Sherriff Court
Castle Street
Aberdeen
AB10 1WP
Telephone
+44 1224657200
Country
United Kingdom