Tender

St Andrews Way - supported living service for adults with severe, enduring and complex mental health challenges

  • West Dunbartonshire Council

F02: Contract notice

Notice identifier: 2024/S 000-015450

Procurement identifier (OCID): ocds-h6vhtk-0459cc

Published 15 May 2024, 2:07pm



Section one: Contracting authority

one.1) Name and addresses

West Dunbartonshire Council

16 Church Street

Dumbarton

G82 1QL

Email

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