Section one: Contracting authority
one.1) Name and addresses
West Dunbartonshire Council
16 Church Street
Dumbarton
G82 1QL
Corporate.Procurement@west-dunbarton.gov.uk
Telephone
+44 1389737000
Country
United Kingdom
NUTS code
UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Internet address(es)
Main address
http://www.west-dunbarton.gov.uk/business/suppliers/procurement/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153
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 Agency/Office
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
St Andrews Way - supported living service for adults with severe, enduring and complex mental health challenges
two.1.2) Main CPV code
- 85144000 - Residential health facilities services
two.1.3) Type of contract
Services
two.1.4) Short description
West Dunbartonshire Health and Social Care Partnership (“HSCP”) Community Mental Health
Team is looking for a Provider who is experienced in supporting adults with severe, enduring
and complex mental health needs in a supported living environment using a rehabilitation
model to provide care and support for individuals for a period of up to 24 months.
two.1.5) Estimated total value
Value excluding VAT: £1,540,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33180000 - Functional support
- 70333000 - Housing services
two.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
two.2.4) Description of the procurement
West Dunbartonshire Health and Social Care Partnership (“HSCP”) Community Mental Health Team is looking for a Provider who is experienced in supporting adults with severe, enduring and complex mental health needs in a supported living environment using a rehabilitation model to provide care and support for individuals for a period of up to 24 months.
During this period the Provider will support the individual to move on to and sustain their own tenancy on a long term basis by providing outreach services. St. Andrews Way is a new build property situated in Clydebank, the HSCP’s expectation is that the Provider would enter into a lease with the Council under bespoke terms
two.2.5) Award criteria
Quality criterion - Name: Methodology and Approach / Weighting: 20%
Quality criterion - Name: Quality / Weighting: 45%
Quality criterion - Name: Specification / Weighting: 35%
Price - Weighting: 5%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
Up to 24 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
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
The provider must be registered with the Care Inspectorate.
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Minimum level(s) of standards required:
4B.1,& 4B.2 Turnover - Bidders must demonstrate and annual turnover for each of the two previous years of greater than two times the
value of contract on offer est. 75,000.00 ,therefore a turnover of 140,000.00 GBP is required
4B.4 Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing .
- (Ratio 1) Acid Test – (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of
greater than 1.
- (Ratio 2) Return on Capital Employed %– Profit/Capital employed. To pass this question the Council require the bidder to score a
positive figure/Percentage.
- (Ratio 3) Current Ratio – Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than 1.
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 indicated below:
Q4B.5.1a Professional Risk Indemnity Insurance - 5 million GBP
Q4B5.1b Employers (Compulsory) Liability Insurance – 10 million GBP
Q4B.5.2 Public Liability Insurance – 10 million GBP
Q4B 5.2 Professional Indemnity (Including Administration of Medication) = 5 million GBP
Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
4c.1
Please describe your organisations experience of managing a similar service where you have supported adults with severe, enduring and complex mental health challenges in a supported living setting?
Bidders responses should include the following as a minimum
- What model of delivery did you use
- What background did the adults come from (residential, long term hospital etc.)?
- What outcomes has the service supported adults to achieve?
- Was outreach support used to support the transition to alternative accommodation (if appropriate)?
- What TEC have you used in the service, what has worked well and what did you try that perhaps hasn’t worked as well
- What was/is the most challenging aspect of the service and how have you addressed this?
- What key learning from delivering this service would you apply to our new service?
- Please include anonymised reports from your outcome based recording tools as an appendix
Bidders responses should not exceed 5 sides of A4 in Arial size 12
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
17 June 2024
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
17 June 2024
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
The bidder must complete and submit, with their tender response the following additional documents:
WD09 Financial Vetting
WD16 Police Scotland Check
WD18 Declaration Page
The above mentioned documents are provided with the tender documents and can be located within a folder entitled “WD Documents” uploaded into the Attachment Area of the Master ITT.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26535. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26535. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:766620)
six.4) Procedures for review
six.4.1) Review body
Dumbarton Sheriff Court and Justice of the Peace Court
Sheriff Court House, Church Street
Dumbarton
G82 1QQ
Country
United Kingdom