Section one: Contracting authority
one.1) Name and addresses
Aberdeenshire Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
Contact
Claire Scott
claire.j.scott@aberdeenshire.gov.uk
Telephone
+44 1467533371
Country
United Kingdom
NUTS code
UKM50 - Aberdeen City and Aberdeenshire
Internet address(es)
Main address
http://www.aberdeenshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00231
one.3) Communication
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
2021 Social Care - Framework agreement for the provision of Support at Home Services in Aberdeenshire
Reference number
Project 19596
two.1.2) Main CPV code
- 85300000 - Social work and related services
two.1.3) Type of contract
Services
two.1.4) Short description
Aberdeenshire Council on behalf of the Aberdeenshire Health and Social Care Partnership require to tender for a Multi-Supplier Framework Agreement for the provision of Support at Home Services for people who meet eligibility criteria aged 16 years and over with a range of needs, who require assistance through support to live independently and to develop, regain or retain their daily living skills, through provision of personal care, personal support and/or housing support, providing the right care and support in the right place. The requirement is for the provision of support at home services in supported accommodation. Support will include personal care, housing support, and social care. The services will be provided to adults with moderate, substantial and critical levels of need linked to eligibility criteria that are principal house-holders in tenancies in a range of settings that include dispersed single occupancy properties; shared tenancies; houses of multiple occupation; and core and cluster, project-based and extra-care model resources.
There is a requirement for low level visiting support for over 2000 adults in the community. The commissioned Support at Home service works alongside Aberdeenshire Council’s in-house Care at Home service to support the needs of individuals assessed as requiring services to continue to live as independently as possible in their own homes.Support at home services will be registered with the Care Inspectorate as Support Services – Care at Home and/or Housing Support Services; and compliance with Health and Social Care Standards is required.
Services will be commissioned under flexible and responsive, co-produced contractual arrangements that are outcome-focused.
two.1.5) Estimated total value
Value excluding VAT: £159,700,000
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
two.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
Aberdeenshire
two.2.4) Description of the procurement
Aberdeenshire Council on behalf of the Aberdeenshire Health and Social Care Partnership require to tender for a Multi-Supplier Framework Agreement for the provision of Support at Home Services for people who meet eligibility criteria aged 16 years and over with a range of needs, who require assistance through support to live independently and to develop, regain or retain their daily living skills, through provision of personal care, personal support and/or housing support, providing the right care and support in the right place.This procurement seeks to support strategic commissioning that delivers effective and efficient services that respond to increasing demand, reducing budgets and demographic and policy changes. Services will be commissioned under flexible and responsive, co-produced contractual arrangements that are outcome-focused.Support at home services will be registered with the Care Inspectorate as Support Services – Care at Home and/or Housing Support Services; and compliance with Health and Social Care Standards is required.
The Services will be delivered with an enabling ethos to enable people to establish, remain in, or return to, their own homes, living as independently as possible and to achieve and maintain or increase their potential in relation to physical, intellectual, emotional and social capacity, whilst improving experiences within their own communities and supporting improvement to their quality of life, confidence and experiences.
The services will be provided for people with a range of needs including, older people, people with a learning disability, people with mental health problems, people with physical disabilities, autistic people, people with sensory impairment and people with substance misuse problems.
The service will include low level visiting support for whom the primary client group is older people; and intensive support to adults in designated accommodation-based support services for whom the primary client group is adults with learning disabilities.
Providers will be encouraged to offer innovative and alternative ways of supporting people to achieve individual outcomes through affordable and effective service delivery mechanisms, and where appropriate the use of technological interventions.
two.2.6) Estimated value
Value excluding VAT: £159,700,000
two.2.7) Duration of the contract or the framework agreement
Duration in months
48
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.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Question 4A.2 – Care Inspectorate registration
Question 4C.1.2 - Relevant experience
Bidders must confirm that they are appropriately registered with the Care Inspectorate for the services required.
Bidders will be required to provide examples of services carried out during the last three years and that demonstrate that they have the relevant experience to deliver the services as described. A minimum of two examples will be required.
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.1.3) Information about a framework agreement
The procurement involves the establishment of a framework agreement
four.1.11) Main features of the award procedure
Stage 1: assessment of Responses to the SPD (Scotland), in the Qualification Envelope, in order to select the Tenderers to be taken forward to stage 2. Tenderers will only be taken forward to stage 2 if the Council determines that they have sufficient capacity and capability to deliver the contract.
Stage 2 – Award:
Responses to the Technical and Commercial envelopes will be evaluated weighted Technical - quality criteria 90% and Commercial - price criteria 10%
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 October 2021
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
six.3) Additional information
SPD Questions. Please note
Question 4B.4 – Financial Assessment of Providers
1.The Council shall obtain a Creditsafe credit check and will score bidders accordingly:
71 - 100 Very Low Risk – Accept
51 - 70 Low Risk - Accept
30 - 50 Moderate Risk – subject to further discussion internally with the option to reject.
21-29 High Risk – subject to further discussion internally with the option to reject.
1-20 Very High Risk – Reject.
2. Please state current turnover (if contract value is over 50% of reported turnover, further discussion will be had internally with the option to reject).
3. If you are under no obligation to publish accounts on Companies House and/or do not have a comprehensive credit rating then provide audited financial accounts for the previous two years. Both quick and current ratios should be a minimum of 1:1.5 for the two successive years. Bidders whose ratios do not meet the minimum criteria will be rejected.
Bidders who can provide audited accounts but chose not to do so shall be rejected.
4. Bidders who have been trading for less than one year and cannot provide audited accounts must submit the cash flow for the current year and a letter from the bank outlining the current cash and credit position for the current year and subsequent year. This will be subject to internal discussion with the option to reject.
5. If bidder still does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their submission is supported by a parent company guarantee.
4.B.5 Insurance
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s Liability Insurance = 10m
Public Liability Insurance = 5m
The Council may choose to admit additional providers during the framework term.
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19596. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
Specific Community Benefits objectives for this procurement are:
Fair Work Practices (FWP)
Supplementary Community Benefits are in relation to the themes of Innovation and Collaboration.
(SC Ref:666109)
six.4) Procedures for review
six.4.1) Review body
Aberdeen Sheriff Court
53 Castle Street
Aberdeen
AB11 5BB
Telephone
+44 1224657200
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Aberdeen Sheriff Court
53 Castle Street
Aberdeen
AB11 5BB
Telephone
+44 1224657200
Country
United Kingdom