Tender

Notice of Tender Opportunity for Waterloo Care Home Service

  • Glasgow City Council

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

Notice identifier: 2023/S 000-016779

Procurement identifier (OCID): ocds-h6vhtk-03c778

Published 13 June 2023, 5:01pm



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

40 John St, City Chambers

Glasgow

G2 1DU

Email

Debbie.Miller@Glasgow.gov.uk

Telephone

+44 07880243906

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgow.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Notice of Tender Opportunity for Waterloo Care Home Service

Reference number

GCC005688SW

two.1.2) Main CPV code

  • 85311000 - Social work services with accommodation

two.1.3) Type of contract

Services

two.1.4) Short description

Notice of the Council's intent to issue a Tender for the delivery of Social Care Services in provided residential accommodation known as Waterloo Care Home for 6 Adults with very complex care needs /ASD/challenging behaviour. Contract Term 6 years plus options to extend for two additional periods of +3yrs and +3 yrs

two.1.5) Estimated total value

Value excluding VAT: £10,609,640.52

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
  • UKM82 - Glasgow City
Main site or place of performance

Greater Glasgow - the site of the provided residential accommodation is in Kirkintilloch G66, which is situated in East Dunbartonshire.

two.2.4) Description of the procurement

Glasgow City Council wishes to notify the market of it's intention to advertise a tender opportunity for the provision of a Residential Care Home Service for people with Learning Disabilities and very complex care needs, including Autistic Spectrum Disorder and challenging behaviour.

The service will require to be registered as a care home with the Care Inspectorate by the successful Bidder.

The accommodation from which the service will operate is owned by Glasgow City Council, comprising of two large bungalows formerly used as community-based hospital wards for the same service user group. The buildings will accommodate up to 6 people with a maximum of 3 individuals in each bungalow. The site of the accommodation is in Kirkintilloch, East Dunbartonshire G66.

The Council intends to appoint a single Care Provider using an open tender process, to deliver this Care Home service.

two.2.6) Estimated value

Value excluding VAT: £10,609,640.52

two.2.7) Duration of the contract or the framework agreement

Duration in months

72

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

Full information will be provided later in this notice and all Tender documentation will be available in Public Contacts Scotland Tender under the Project Code_24336

https://www.publictendersscotland.publiccontractsscotland.gov.uk


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

-Requirement to have 3 years’ experience within the last 3 years (continuous Service delivery) of delivering residential care home services to people with learning disabilities, challenging behaviour and very complex care needs

-Will have achieved a minimum of Grade 4 (or equivalent) in at least 2 key themes inspected in the most recent Care Inspectorate Inspection Reports (or Care Quality Commission Reports as applicable) for at least one registered care home service for services to people with learning disabilities, challenging behaviour and very complex care needs.

-The successful Bidder must commit to obtaining Care Inspectorate registration for this service. This on the basis of there being no known impediment (organisationally) which might impact on their ability to obtain registration for a new service. Care Inspectorate registration should be standalone and not tied to any other service.

Continued in Section VI.3 Additional Information


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.10) Identification of the national rules applicable to the procedure

Information about national procedures is available at: https://www.legislation.gov.uk/ssi/2015/446/regulation/58/made

four.1.11) Main features of the award procedure

Award will be made to the successful Bidder who meets::

The required Minimum Qualifying Requirements/Criteria

Achieving a minimum of 60% score for EACH Technical (Quality) Question, across all of the Technical Sections 1-4. Section 5 is not scored. Overall Technical weighting 60%.

Bidders prices will also be evaluated as part of this Tender and weighted at 40% of the overall score. Bidders will have scores applied based on each of the weighted section elements.

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-013252

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

Date

27 July 2023

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 invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Scope of Opportunity -

The Council is inviting tender bids for the provision of a Care Home service for Adults (18+) with learning disabilities and very complex care needs. Accommodation will be provided. Further details will be available in the Tender documents within PCST.

CONTINUED from III.1.4 - Minimum Qualifying Requirements:

-Bidders must not have been subject to any enforcement (or equivalent) action from the applicable Regulator within the last 3 years, across any (Residential) services provided by them.

-Financial Viability – Please refer to Section 1.4.2 of the ITT for details.

-Provide a completed Insurance Questionnaire and copies of all related certificates and policies. Please refer to Section 2.7 of the ITT for details of Insurance Requirements/levels.

-Provide a completed Health and Safety Questionnaire and copies of all associated/relevant policies & procedures in place. Refer to Section 2.8 of the ITT for full details.

-Confirmation that required Social Care specific policies and procedures are in place as specified in the SPD Health & Safety questionnaire, including relevant policies and information relating to service user safeguarding and protection are in place (for Adults and Children).

Full details of this Tender and all associated documents will be available on Public Contracts Scotland Tender under Project_24336

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24336. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Sub Contracting is not a viable consideration for this Contract where services need to be delivered by a known care provider and where all due diligence requirements have been met.

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:

Voluntary Community Benefits

In addition to, or in place of, any Contractual Community Benefits requirements, the council will seek to encourage delivery of Voluntary Community Benefits to maximise the social and economic benefits achieved for local communities through this contract.

This will not form part of the tender evaluation process or place any additional contractual obligations on the successful supplier. Voluntary Community Benefits may be proposed by the successful supplier post-award and throughout the duration of the contract and may be identified proactively by the supplier or through post-award dialogue and contract management activity.

Those which are offered and accepted by the council will be reported in the Corporate Procurement Annual Report. Delivery of Voluntary Community Benefits will be monitored through management information provided by the supplier as part of the Contract and Supplier Management process.

(SC Ref:734910)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

Sheriff Clerks Office, PO Box 23, 1 Carlton Place

Glasgow

G5 9DA

Email

glasgow@scotcourts.gov.uk

Telephone

+44 1414298888

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Glasgow City Council ("the council") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means he period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 ("The Regulations"). The Council is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sherriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.