Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
Telephone
+44 07880243906
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
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
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.