Section one: Contracting authority
one.1) Name and addresses
Aberdeenshire Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
cpssprocurement@aberdeencity.gov.uk
Telephone
+44 1467539600
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=AA00232
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.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
Out of Hours Emergency Telephony Service
Reference number
000-NUNP7755
two.1.2) Main CPV code
- 79510000 - Telephone-answering services
two.1.3) Type of contract
Services
two.1.4) Short description
Aberdeenshire Council has a statutory requirement to deliver an out of hours emergency telephony service for Adult & Children’s Service Provision, Homelessness, Housing Repairs, as well as for the reporting of dangerous buildings.
Currently these services are delivered in a variety of ways, both internal and external. It is felt that the Council could provide a consistent, value for money option through the award of an external contract to deliver these services.
two.1.5) Estimated total value
Value excluding VAT: £395,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1 Social Care / Social Work and Homelessness Telephony
Lot 2 Housing Repairs and Dangerous Buildings Telephony
two.2) Description
two.2.1) Title
Social Care / Social Work and Homelessness Telephony Service
Lot No
1
two.2.2) Additional CPV code(s)
- 79511000 - Telephone operator 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 has a statutory requirement to deliver an out of hours emergency telephony service for Adult & Children’s Service Provision, Homelessness, Housing Repairs, as well as for the reporting of dangerous buildings.
Aberdeenshire citizens requiring access to emergency Social Care/Social Work or Homelessness services, must be able to request this by calling the Aberdeenshire Council Social Care line on 03456 08 12 06. This will be diverted to the supplier’s contact centre out of office hours.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
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
Extensions allowed up to 24 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) Description
two.2.1) Title
Housing Repairs and Dangerous Buildings Telephony Service
Lot No
2
two.2.2) Additional CPV code(s)
- 79511000 - Telephone operator 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 has a statutory requirement to deliver an out of hours emergency telephony service for Adult & Children’s Service Provision, Homelessness, Housing Repairs, as well as for the reporting of dangerous buildings.
Aberdeenshire Citizens requiring access to emergency Housing Repairs services, or the ability to report dangerous buildings, must be able to request this by calling the Aberdeenshire Council Housing line on 03456 08 12 03. This number will be diverted to the supplier’s contact centre out of office hours.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
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
Extensions allowed up to 24 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.1.2) Economic and financial standing
List and brief description of selection criteria
There is no minimum turnover requirement set for this contract, however Aberdeenshire Council will conduct a financial assessment. This assessment will allow the Council to carry out a robust assessment of a Bidders' financial standing.
The assessment will have 2 stages:
1) Credit score – will use Creditsafe to carry out initial checking of a Bidders’ financial status.
2) Profitability, Stability and Liquidity Assessment – Bidders will be assessed on their financial stability based on a range of financial information obtained from the credit check and if further information required from Bidders annual accounts.
Minimum level(s) of standards possibly required
Employers Liability Insurance to the minimum value of 5,000,000 GBP in respect of any one claim and in the aggregate
Public Liability (Third Party) Insurance to the value of 5,000,000 GBP in respect of any one claim and in the aggregate
Professional Indemnity Insurance to the value of 1,000,000 GBP in respect of any one claim and in the aggregate
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C1.2 please provide 3 recent examples of similar services to public sector, preferably Local Authorities
Minimum level(s) of standards possibly required
4D.1 The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or a documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation
Health and safety procedures
Documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary. This must demonstrate that the bidder has in place, and implements, procedures for carrying out risk assessments and for developing and implementing safe systems of work (“method statements”), and be able to provide relevant indicative examples. The identification and control of any significant occupational health issues must be prominent.
4D.2 Documented arrangements for checking, reviewing and where necessary improving, the bidder’s environmental management performance and the environmental impact of this organisation, demonstrating that it has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties. This should include a programme of refresher training that will keep the workforce updated on relevant legal requirements and good environmental management practice
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
as per tender documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
12 September 2022
Local time
12:00pm
Changed to:
Date
14 September 2022
Local time
5:00pm
See the change notice.
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
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 September 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=703219.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:703219)
six.4) Procedures for review
six.4.1) Review body
Aberdeen Sherriff Court
Union Street
Aberdeen
Country
United Kingdom