Section one: Contracting authority
one.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
alexandra.donaldson@renfrewshire.gov.uk
Telephone
+44 3003000300
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.renfrewshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
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
Independent Advocacy Services - Adult Services
Reference number
RC-CPU-20-268
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 Council is seeking to appoint a Provider to deliver an Independent Advocacy Service - Adults within Renfrewshire.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £687,858
two.2) Description
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
- 98000000 - Other community, social and personal services
- 85310000 - Social work services
- 85320000 - Social services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Renfrewshire
two.2.4) Description of the procurement
Renfrewshire Council is seeking to appoint a single provider to provide Independent Advocacy Services for Adults within Renfrewshire.
The Mental Health (Care and Treatment) (Scotland) Act 2003 imposed a duty on local authorities and health boards to collaborate to ensure the availability of independent advocacy services in their area.
Independent Advocacy plays an important role in supporting people to express their views and in providing a source of support which gives them the confidence to speak out.
Prospective providers must meet the selection criteria as detailed in this contract notice and also meet the required technical criteria as detailed in the Tender Documents.
The contract will be for a period of 3 years with the option to extend for a further period of up to 12 months.
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
The Service must be based in an accessible and welcoming office, paid for and furnished by the Provider and situated at a central location in the Renfrewshire Council area, preferably in Paisley that is easily reached by all forms of public and individual transport
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.1.11) Main features of the award procedure
Open Procedure
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-005800
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
25 June 2021
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
five.2.3) Name and address of the contractor
You First Advocacy
47 Causeyside Street
Paisley
PA1 1YN
Telephone
+44 1418491229
Fax
+44 1418875971
Country
United Kingdom
NUTS code
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £687,858
Section six. Complementary information
six.3) Additional information
Tenderers are required to:
Complete the SPD;
Provide their organisation's "general" yearly turnover for the last 2 financial years.
The Council will use Dun & Bradstreet (D&B) to assist in its determination of the organisation’s financial status and risk. The Council would expect Tenderers to have a minimum D&B Failure Score of 20%, however failure to meet this Failure Score would not necessarily merit a ‘FAIL’ as the D&B Failure Score is only one factor used by the Council in assessing the acceptability or otherwise of a Tenderer’s financial status. The Council will take into account the Tenderer’s response to the SPD Part 1V Question 4B.1.1
It is recommended that tenderers review their own D&B Failure Score in advance of submitting their tender submission. If, following this review, Tenderers consider that the D&B Failure Score does not reflect their current financial status, the tenderer should attach a document to this section giving a detailed explanation together with any relevant supporting independent evidence. The Council will review any such information as part of the evaluation of Tenderer’s financial status.
Where the Tenderer is under no obligation to publish accounts and therefore does not have a D&B Failure Score or equivalent rating, they must provide their audited financial accounts for the previous 2 years as part of their Tender Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake any Contract of this size. Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed. Any accounts or documents submitted must be in English and, if appropriate, certified as accurate translations.
Where the Tenderer is a subsidiary of a group but is applying as a separate legal entity and fails to meet the minimum D&B Failure Score (or equivalent) as a company, a parent company or bank guarantee may be required to allow progression in the tender process. The Council will be the sole judge as to whether these are required and it shall notify Tenderers accordingly. The parent company or bank guarantee must meet the minimum financial requirements as assessed by the Council and must be in the form requested by the Council.
Comply with the General Conditions of Contract and associated Special Conditions and Service Specification;
Confirm if managerial staff and those delivering the service are PVG checked.
Insurances:
Employers Liability Insurance 5,000,000 FIVE MILLION POUNDS
Public Liability Insurance with appropriate extension for administering medication 5,000,000 FIVE MILLION POUNDS
Professional Indemnity Insurance - 2,000,000 TWO MILLION POUNDS
Statutory Third Party Motor Vehicle Insurance
Quality management policy.
Community benefits are included in this requirement
(SC Ref:661926)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court or Court of Session
Please refer to VI.4.3
Country
United Kingdom
Internet address
http://www.renfrewshire.gov.uk
six.4.2) Body responsible for mediation procedures
Please refer to VI.4.3
Please refer to VI.4.3
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland)
Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or Court of Session in accordance with Regulation 88 of the 2015 Regulations.
six.4.4) Service from which information about the review procedure may be obtained
Court of Session
Parliament Square
Edinburgh
EH1 1RQ
Country
United Kingdom