Tender

Thrive - A Place to Live: Provision of Supported Living Services and Visiting Support Service for People with Complex Mental Health Needs

  • The City of Edinburgh Council

F02: Contract notice

Notice identifier: 2021/S 000-019051

Procurement identifier (OCID): ocds-h6vhtk-02d1da

Published 6 August 2021, 2:15pm



Section one: Contracting authority

one.1) Name and addresses

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

Contact

Laura Skinner

Email

laura.skinner@edinburgh.gov.uk

Telephone

+44 1314693922

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.edinburgh.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290

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

Thrive - A Place to Live: Provision of Supported Living Services and Visiting Support Service for People with Complex Mental Health Needs

Reference number

CT0876

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 City of Edinburgh Council (the Council) is looking to commission Supported Living and Visiting Support Services for individuals with complex mental health needs

For Lot One - Visiting Support Services, individuals who have been diagnosed and assessed via the three conversations approach as having severe and enduring mental illness shall receive support based in their own homes and communities.

For Lot Two - Supported Living Services, individuals have similar complex mental health needs as outlined in Lot One. However, due to the complexity and severity of their needs require a more intensive support package including tenancy support

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Visiting Support Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of

two.2.4) Description of the procurement

This service is available to all adults (i.e. those over 16 years of age) who have been diagnosed as having severe and enduring mental illness. Service Users will have been assessed by the City of Edinburgh Council (Edinburgh Health and Social Care Partnership) as requiring visiting support. Service Users affected by mental health illness may require support because they are acutely unwell or have long term mental illness which significantly impacts their functioning and motivation to care for themselves independently or their ability to sustain relationships.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The City of Edinburgh Council reserves the option to extend for a further periods up to a maximum of 36 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

two.2.14) Additional information

This requirement is subject to the Light Touch Regime.

two.2) Description

two.2.1) Title

Supported Living Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85311000 - Social work services with accommodation

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of

two.2.4) Description of the procurement

This Service is provided to individuals who have similar complex mental health needs as outlined in Lot 1. However, due to the complexity and severity of their needs require a more intensive support package including tenancy support. Access to this service will be through a mental health accommodation panel following assessment by the City of Edinburgh Council.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The City of Edinburgh Council reserves the option to extend in periods of up to 36 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

Disclosure Certification for working with vulnerable people is required for all staff who have direct contact with individuals using the services.

three.1.2) Economic and financial standing

List and brief description of selection criteria

List and brief description of selection criteria:

This Section refers to Section B of Part IV of the SPD (Scotland).

Minimum level(s) of standards required:

Part IV: Selection criteria - B: Economic and financial standing – Question 4B.1 - Tenderers are required to have a minimum “general” annual turnover of GBP 250,000 for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

Part IV: Selection criteria - B: Economic and financial standing – Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4:

Current ratio for Current Year: 1.10

Current ratio for Prior Year: 1.10

The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.10. Where a Tenderer’s current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

Part IV: Selection criteria - B: Economic and financial standing – Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

a. Employers (Compulsory) Liability Insurance - GBP 10m

b. Public Liability Insurance - GBP 10m

c. Professional Indemnity Insurance - GBP 5m

Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council may exclude the Tenderer from the competition.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

The Service Provider shall ensure that the service achieves a minimum Care Inspectorate grade of 4 Good in the themed inspection area of Quality of Care and Support

three.2.2) Contract performance conditions

All providers earning over the 50,000 GBP per annum threshold shall sign up to a mandatory Community Benefit linked to service and Contract collaboration between Service Providers and signposting individuals to other Council services.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 30

In the case of framework agreements, provide justification for any duration exceeding 4 years:

It is recommended that a longer-term Framework Agreement of six years is entered into as this is an area where any changes come with a need for extensive consultation and co-production and can be disruptive to individuals receiving services. This requirement is subject to the Light touch regime.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

10 September 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 1 February 2022

four.2.7) Conditions for opening of tenders

Date

10 September 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Early to mid 2027 if full extension options are taken up.

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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19325. 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:

Majority of Framework Award of Contracts will be under the threshold

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

All providers earning over a 50,000 GBP per annum threshold shall sign up to a mandatory Community Benefit linked to service and Contract collaboration between Service Providers and signposting individuals to other Council services.

(SC Ref:661373)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:

A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.