Tender

Hawick Community Support Service

  • Scottish Borders Council

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

Notice identifier: 2021/S 000-008691

Procurement identifier (OCID): ocds-h6vhtk-02a964

Published 23 April 2021, 9:05am



Section one: Contracting authority

one.1) Name and addresses

Scottish Borders Council

Council Headquarters

Newtown St Boswells

TD6 0SA

Email

procurement@scotborders.gov.uk

Telephone

+44 1835824000

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.scotborders.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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

Hawick Community Support Service

Reference number

SBC/CPS/1976

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 Hawick Community Support Service (HCSS) is a care and support day service delivered to Adults with a Learning Disability (AWLD). It provides support to those with both complex and less complex needs to enable them to live safely in the community. This may include social needs, emotional needs, personal care needs, activities of daily living, domestic tasks and support to integrate within the local community etc. It is available to AWLD who have been assessed as having care/housing support needs in Hawick and the surrounding area which is within the competence of the HCSS.

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
  • UKM91 - Scottish Borders

two.2.4) Description of the procurement

The Hawick Community Support Service (HCSS) is a care and support day service delivered to Adults with a Learning Disability (AWLD). It provides support to those with both complex and less complex needs to enable them to live safely in the community. This may include social needs, emotional needs, personal care needs, activities of daily living, domestic tasks and support to integrate within the local community etc. It is available to AWLD who have been assessed as having care/housing support needs in Hawick and the surrounding area which is within the competence of the HCSS.

HCSS currently provided by SB Cares,now relocated back into the Council.

Tenderers should note that it is possible that the Transfer of Undertakings(Protection of Employment)Regulations 2006(SI2006/246)(“TUPE”)may apply to this contract.

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 procurement is being carried out in accordance with regulations 74 – 76 of The Public Contracts (Scotland) Regulations 2015 under the "Light Touch Regime”.


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

It is a requirement that the tenderer is registered with the Care Inspectorate for both Housing Support and Care at Home and that the tenderer has received a minimum of grade 3 across all relevant themes in their most recent inspection by the Care Inspectorate.

All relevant Staff must achieve and maintain registration as required by SSSC and/or another appropriate body. Staff will comply with the regulatory body.

The Preferred Tenderer will be required to submit an up to date copy of their management accounts.

The Preferred Tenderer will be subject to a Credit Safe check to help assess the economic financial standing. They will be required to obtain a Credit Safe rating of >=51.

Economic Operators maybe excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland)Regulations 2015.

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

Registered to the Care Inspectorate.

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.2) Administrative information

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

Date

21 May 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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Qualifications

SPD (Scotland) Question 1.74 Part 4C - Qualifications

All staff must be SSSC qualified and all staff used to deliver this contract must be PVG registered.

Health And Safety Procedures

SPD (Scotland) Question 1.75 Part 4D - Quality Assurance Schemes

A documented health and safety policy or where applicable (less than 5 employees,self-employed etc.) provide a statement of Health and Safety Intent and similarly, where recorded, provide examples of risk assessments likely to be associated with carrying out this type of work(3 minimum).

These should include safety of staff and others,members of the public and include their current Covid 19 Risk Controls.

Minimum level(s) of standards required:

Organisations with less than five employees are not required by law to have a documented policy statement. The need to reduce documentary requirements on micro businesses in particular will be taken into account by buyers and the evaluation panel.

Method statements and risk assessments for risks likely to be associated with carrying out this type of work including Covid 19 Risk Controls.

It is expected that the contractor will take a positive approach to Fair Work, including committing to progress towards implementing the five Fair Work First criteria of providing appropriate channels for effective voice; 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.

Award Criteria 70

Q 2.1.1 - Engagement 20

Q 2.1.2 – Independence 20

Q 2.1.3 – Health and Wellbeing 15

Q 2.1.4 – Family Participation 5

Q 2 1.5 – Support 15

Q 2.1.6 - Interview/Presentation - Transition 20

Q 2.1.11- Fair Working Practices 5

Q 2.2 - Community Benefits 0

Q 2.4 – Real Living Wage For information Only

The top 3 tenderers with the highest score against the quality criteria submitted excluding Q 2.1.6 will be invited to an interview and make a presentation to the Council. The Interview/Presentation is part of the quality evaluation. The indicative dates for the interviews/presentations are 16th June 2021 however these are subject to change. The presentation should be 30 minutes in duration and the total interview time will be 90 minutes.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17896. 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:

SBC Adding Value to Communities through Procurement Policy

In March 2014 Scottish Borders Council approved an ‘Adding Value to Communities through Procurement’ Policy which introduced a Council wide approach intended to secure the maximum social, economic and environmental benefits from council procurement exercises within the current legal framework.

As part of this policy Scottish Borders Council is committed to securing Community Benefit from third party contracts and will require the successful bidder to work with them, as part of the delivery of the contact in transforming the community in a sustainable manner.

The types of community benefits tenderers might consider relevant to this contract could include;

- Providing training or work experience opportunities for young or unemployed people.

- Awareness raising activities in secondary schools and colleges.

- Engaging with community groups to raise awareness or provide support for events or projects

(SC Ref:642510)

six.4) Procedures for review

six.4.1) Review body

Jedburgh Sheriff Court and Justice of the Peace Court

Sheriff Court House Castlegate

Jedburgh

TD8 6AR

Email

jedburgh@scotcourts.gov.uk

Telephone

+44 1835863231

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting authorities will incorporate a minimum 10 day standstill period at the point of information on the award of the contract is communicated to tenderers. The Public Contract (Scotland) Regulations 2015 (SSI,2015 No446) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rule to take action in the Sherriff Court or Court of Session.A claim for an ineffectiveness order must be made within 30 days of the contract award being published on the OJEU or within 30 days of the date to those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within six months from the date on which the contract was entered into.