Awarded contract

Provision of Day Services for Adults with Learning Disabilities

  • Scottish Borders Council

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

Notice reference: 2023/S 000-011256

Published 19 April 2023, 3:57pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Borders Council

Council HQ

Newtown St Boswells

TD6 0SA

Contact

N/A

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.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

Provision of Day Services for Adults with Learning Disabilities

Reference number

1000904

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

The requirement is for day service provision for Adults with Learning Disabilities (AWLD) and/or autism across the Scottish Borders.

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

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Lot 1 - Tweeddale - Green Gardens

Lot No

1

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 requirement is for day service provision for Adults with Learning Disabilities (AWLD) and/or autism across the Scottish Borders. Day services provide tailored activities and development opportunities for AWLD in a safe environment with the aim of supporting them to develop their social skills, employability, to gain new experiences, and live independently in the community. Importantly, day services also provide respite for carers and family members. The day service is a mixture of buildings-based support and outside activities.

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) Description

two.2.1) Title

Lot 2 - Eildon

Lot No

2

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 requirement is for day service provision for Adults with Learning Disabilities (AWLD) and/or autism across the Scottish Borders. Day services provide tailored activities and development opportunities for AWLD in a safe environment with the aim of supporting them to develop their social skills, employability, to gain new experiences, and live independently in the community. Importantly, day services also provide respite for carers and family members. The day service is a mixture of buildings-based support and outside activities.

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) Description

two.2.1) Title

Lot 3 - Teviot & Liddesdale - Katherine Elliot Centre

Lot No

3

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 requirement is for day service provision for Adults with Learning Disabilities (AWLD) and/or autism across the Scottish Borders. Day services provide tailored activities and development opportunities for AWLD in a safe environment with the aim of supporting them to develop their social skills, employability, to gain new experiences, and live independently in the community. Importantly, day services also provide respite for carers and family members. The day service is a mixture of buildings-based support and outside activities.

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) Description

two.2.1) Title

Lot 4 - Cheviot - Rutherford Square & Jedburgh Day Centre

Lot No

4

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 requirement is for day service provision for Adults with Learning Disabilities (AWLD) and/or autism across the Scottish Borders. Day services provide tailored activities and development opportunities for AWLD in a safe environment with the aim of supporting them to develop their social skills, employability, to gain new experiences, and live independently in the community. Importantly, day services also provide respite for carers and family members. The day service is a mixture of buildings-based support and outside activities.

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) Description

two.2.1) Title

Berwickshire - Lanark Lodge

Lot No

5

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 requirement is for day service provision for Adults with Learning Disabilities (AWLD) and/or autism across the Scottish Borders. Day services provide tailored activities and development opportunities for AWLD in a safe environment with the aim of supporting them to develop their social skills, employability, to gain new experiences, and live independently in the community. Importantly, day services also provide respite for carers and family members. The day service is a mixture of buildings-based support and outside activities.

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 four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.11) Main features of the award procedure

The Contract will be awarded on the basis of the Most Economically Advantageous Tender with 30% of the overall evaluation score given to price and 70% of the overall evaluation score given to quality (cost:quality ratio).

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-025653


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section six. Complementary information

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

B ECONOMIC AND FINANCIAL STANDING:

Providers will be subject to a Credit Safe check to assess the economic financial standing. The providers will be required to co-operate with the Council and be asked to provide copies of their last 2 years financial audited accounts and up to date management accounts to assist with this process.

4B.5.1b Employer's liability insurance with a limit of indemnity of not less than 10,000,000GBP

4B.5.2 Public liability insurance with a limit of indemnity of not less than 10,000,000GBP

4B.5.3 Professional Indemity insurance with a limit of indemity of not less than 5,000,000GBP

SPD 4D - QUALITY MANAGEMENT PROCEDURES

Quality Management Procedures

1. 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

2. The bidder must have the following:

a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

HEALTH AND 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

4a The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.

Note - Organisations with fewer than five employees are not required by law to have a documented policy statement.

(SC Ref:729844)

six.4) Procedures for review

six.4.1) Review body

Jedburgh Sherriff Court and Justice of the Peace Court

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

Scottish Borders Council 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,2015No446)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 6 months from the date on which the contract was entered into.