Tender

Independent Living Services - Pumpherston

  • West Lothian Council

F02: Contract notice

Notice identifier: 2023/S 000-009209

Procurement identifier (OCID): ocds-h6vhtk-0322e0

Published 29 March 2023, 4:50pm



Section one: Contracting authority

one.1) Name and addresses

West Lothian Council

West Lothian Civic Centre, Howden South Road

Livingston

EH54 6FF

Contact

Hayleigh Valentine

Email

hayleigh.valentine@westlothian.gov.uk

Telephone

+44 1506283296

Fax

+44 1506281325

Country

United Kingdom

NUTS code

UKM78 - West Lothian

Internet address(es)

Main address

https://www.westlothian.gov.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140

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

Independent Living Services - Pumpherston

Reference number

CC10580

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

24/7 Care and support service provision for 16 Individuals with varying range of learning disabilities and in some cases, physical disabilities and may have complex personal care and support needs to 16 independent tenancies (each with their own Scottish Secure Tenancy) within a supported living environment at Cawburn Road, Bryson Court Nos 1 -17 cons.PUMPHERSTON EH53 0WF.

two.1.5) Estimated total value

Value excluding VAT: £29,600,000

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
  • 85310000 - Social work services

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian

two.2.4) Description of the procurement

To provide high quality, flexible care and support service that enables, empowers and encourages people with Autism Spectrum Disorder/Learning Disabilities and associated complexities that have been assessed using ‘ All About Me Assessment’ as requiring support, to live as independently as possible within their own tenancies in the Community.

The service will be available for 24 (twenty-four) hours per day, 7 (seven) days per week 52 weeks per year and Individuals will have a varying range of learning disabilities and in some cases, physical disabilities and may have complex personal care and support needs. The Council may have Welfare Guardianship for some individuals. It is generally expected that individuals will require 2:1 or 1:1 intensive input and support in order to ensure that they can be supported to live as independent as possible with appropriate care and support based on their assessed needs.

The service to be commissioned will be initially for 12 adults and 4 young people within individual 16 tenancies located within the same perimeter with an on site staff base.

West Lothian Council will be the landlord of the 16 properties which form the Independent Living Service

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 20

Quality criterion - Name: Leadership & Management / Weighting: 15

Quality criterion - Name: Fair Work First / Weighting: 10

Quality criterion - Name: Outcomes / Weighting: 15

Quality criterion - Name: Adult Protection / Weighting: 10

Quality criterion - Name: Quality Assurance / Weighting: 15

Quality criterion - Name: Service User Feedback and Engagement / Weighting: 15

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £29,600,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Subject to the sole discretion of the Council, the contract may be extended for a period of up to 48 months.

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

two.2.14) 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.

Police Scotland will be consulted with regards to Serious and Organised Crime checks. Any links to this type of activity may cause your tender to be rejected.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Tenderers will be required to be Registered with The Care Inspectorate and have a minimum award of 3’s . Evidence will be required to be submitted.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Re ESPD question 4B.6 West Lothian Council will use Dun and Bradstreet’s DBAi financial reporting system to assess the financial stability of tenderers. Tenderers with a Failure Score of 50 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that 49 or less will not be considered as having met this criteria. If a tenderer has a Failure Score of less than 50, the tenderer may be required to submit their last three years accounts.

In the event that the tenderer is not required to publish accounts and therefore does not have a Dun & Bradstreet or equivalent rating, tenderers should be able to provide financial accounts when requested. The council will then conduct an analysis of the accounts to ensure that there is no significant financial risk. Please note that if you intend on attaching 2 years accounts, these must include financial data over a 3-year period.

It is recommended that candidates review their own Dun & Bradstreet Score in advance of submitting their tender. If following this review tenderers consider that the Dun & Bradstreet Score does not reflect their current financial status, details of this should be provided, complete with evidence of a good high street credit rating (the equivalent of Dun & Bradstreet score 50) from a recognised credit referencing agency. The council will review any such information as part of the evaluation of Tenderer’s financial status.

In the event that a firm 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 Tender Submission is supported by a Parent Company Guarantee.

Should after review of the financial evaluation the tenderer fail, then the tender submission may be rejected.

With reference to ESPD Q4B.5.1a&b; 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:

Minimum level(s) of standards possibly required

Professional Risk Indemnity: 2M GBP

Employer's (Compulsory) Liability: 10M GBP

Public Liability: 5M GBP

Other Insurance:

Type: Medical Malpractice

Minimum Amount: 5M GBP

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders will be required to provide 2 examples of previous similar experience to demonstrate capability.

Tenderers will be required to be registered with The Care Inspectorate and have a minimum award of 3’s . Evidence will be required to be submitted in the Technical Envelope of the tender on PCS-tender.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Bidders will be required to meet and comply with the requirements of the Service Specification.


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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-007238

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

Date

9 May 2023

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

9 May 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

CONFIDENTIALITY - All information supplied by the Authority must be treated in confidence and not disclosed to third parties except

insofar as this is necessary to obtain sureties or quotations for the purpose of submitting the tender. All information supplied by you to the Authority will similarly be treated in confidence except:

(i) for any information required to be disclosed or otherwise provided by the Authority to any person in order to comply with the Freedom of Information (Scotland) Act 2002 and any codes of practice applicable from time to time relating to access to public authorities’ 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.

The Tenderer shall co-operate, facilitate, support and assist the Authority in the provision of this information. In the event the Authority is required to provide information to any person as a result of a request made to it under such Act and/or codes, the Authority shall adhere to the requirements of such Act and/or codes in disclosing information relating to this Agreement, the Project documents and the Contractor.

(ii) that references may be sought from banks, existing or past clients, or other referees submitted by the tenderers;

(iii) for the disclosure of such information with regard to the outcome of the procurement process as may be required to be published in the Supplement to the Official Journal of the European Union in accordance with EU directives or elsewhere in accordance with the requirements of UK government policy on the disclosure of information relating to government contracts.

The service to be commissioned is for the delivery of care and support for those with complex and challenging needs on a 1:1, 2:1 basis. Given the nature of the service it is critical that the Service use the scope of the evaluation to secure the correct provider based on the quality questions.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21882. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

Evaluated Community Benefits will be incorporated within the Fair Work First questions and will include :

Number of Jobs Filled by Priority Groups and Number of Qualifications Achieved Through Training by Priority Groups.

Additionally, bidders will have the opportunity to submit any other Community Benefits. Whilst these other Community Benefits will not form part of the Evaluation process, please note that any other Community Benefits stipulated will also form part of the award should you be successful.

(SC Ref:704617)

six.4) Procedures for review

six.4.1) Review body

Livingston Sheriff Court and Justice of the Peace Court

Howden South Road

Livingston

EH54 6FF

Country

United Kingdom