Section one: Contracting authority
one.1) Name and addresses
Inverclyde Council
Corporate Procurement, Municipal Buildings, Clyde Square
Greenock
PA15 1LX
Andrew.Duncan@inverclyde.gov.uk
Telephone
+44 1475712796
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168
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/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of a Care at Home Service
two.1.2) Main CPV code
- 85300000 - Social work and related services
two.1.3) Type of contract
Services
two.1.4) Short description
Inverclyde Council are seeking suitably qualified providers to carry out Care at Home Services within the Inverclyde Area.
two.1.5) Estimated total value
Value excluding VAT: £4,441,760
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
two.2) Description
two.2.1) Title
Greenock East and Port Glasgow
Lot No
2
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
Inverclyde Council operates a Health and Social Care Partnership in conjunction with NHS Greater Glasgow and Clyde. Inverclyde Council are looking to appoint Providers to provide a Care at Home Service to meet the Assessed Needs of Service Users. The Providers must provide responsive support dependent on the fluctuating needs of the Service User, in which support must be provided 24 hours a day 7 days a week, 52 weeks per year. The main service for this requirement operates between the hours of 7am to 11pm, however there will be occasions to provide the service overnight such as for respite or urgent situations.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 25
Quality criterion - Name: Staff Skills, Expertise & Qualifications / Weighting: 8
Quality criterion - Name: Quality Assurance processes, procedures and reporting / Weighting: 8
Quality criterion - Name: Fair Work First / Weighting: 18
Quality criterion - Name: Social (Community) Benefits / Weighting: 1
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2024
This contract is subject to renewal
Yes
Description of renewals
The next tendering opportunity for this service is estimated around November 2023.
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
Please refer to the Tender Documents.
two.2) Description
two.2.1) Title
Kilmacolm and Quarriers (East and West)
Lot No
1
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
Inverclyde Council operates a Health and Social Care Partnership in conjunction with NHS Greater Glasgow and Clyde. Inverclyde Council are looking to appoint Providers to provide a Care at Home Service to meet the Assessed Needs of Service Users. The Providers must provide responsive support dependent on the fluctuating needs of the Service User, in which support must be provided 24 hours a day 7 days a week, 52 weeks per year. The main service for this requirement operates between the hours of 7am to 11pm, however there will be occasions to provide the service overnight such as for respite or urgent situations.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 25
Quality criterion - Name: Staff Skills, Expertise & Qualifications / Weighting: 8
Quality criterion - Name: Quality Assurance processes, procedures and reporting / Weighting: 8
Quality criterion - Name: Fair Work First / Weighting: 18
Quality criterion - Name: Social (Community) Benefits / Weighting: 1
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2024
This contract is subject to renewal
Yes
Description of renewals
The next tendering opportunity for this service is estimated around November 2023.
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
Please refer to Tender Documents.
two.2) Description
two.2.1) Title
Greenock West and Gourock
Lot No
3
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
Inverclyde Council operates a Health and Social Care Partnership in conjunction with NHS Greater Glasgow and Clyde. Inverclyde Council are looking to appoint Providers to provide a Care at Home Service to meet the Assessed Needs of Service Users. The Providers must provide responsive support dependent on the fluctuating needs of the Service User, in which support must be provided 24 hours a day 7 days a week, 52 weeks per year. The main service for this requirement operates between the hours of 7am to 11pm, however there will be occasions to provide the service overnight such as for respite or urgent situations.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 25
Quality criterion - Name: Staff Skills, Expertise & Qualifications / Weighting: 8
Quality criterion - Name: Quality Assurance processes, procedures and reporting / Weighting: 8
Quality criterion - Name: Fair Work First / Weighting: 18
Quality criterion - Name: Social (Community) Benefits / Weighting: 1
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2024
This contract is subject to renewal
Yes
Description of renewals
The next tendering opportunity for this service is estimated around November 2023.
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
Please refer to the Tender Documents.
two.2) Description
two.2.1) Title
Greenock South West (inner & outer), Inverkip and Wemyss Bay
Lot No
4
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
Inverclyde Council operates a Health and Social Care Partnership in conjunction with NHS Greater Glasgow and Clyde. Inverclyde Council are looking to appoint Providers to provide a Care at Home Service to meet the Assessed Needs of Service Users. The Providers must provide responsive support dependent on the fluctuating needs of the Service User, in which support must be provided 24 hours a day 7 days a week, 52 weeks per year. The main service for this requirement operates between the hours of 7am to 11pm, however there will be occasions to provide the service overnight such as for respite or urgent situations.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 25
Quality criterion - Name: Staff Skills, Expertise & Qualifications / Weighting: 8
Quality criterion - Name: Quality Assurance processes, procedures and reporting / Weighting: 8
Quality criterion - Name: Fair Work First / Weighting: 18
Quality criterion - Name: Social (Community) Benefits / Weighting: 1
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2024
This contract is subject to renewal
Yes
Description of renewals
The next tendering opportunity for this service is estimated around November 2023.
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
Please refer to the Tender Documents.
two.2) Description
two.2.1) Title
Inverclyde Wide - Ad Hoc
Lot No
5
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
Inverclyde Council operates a Health and Social Care Partnership in conjunction with NHS Greater Glasgow and Clyde. Inverclyde Council are looking to appoint Providers to provide a Care at Home Service to meet the Assessed Needs of Service Users. The Providers must provide responsive support dependent on the fluctuating needs of the Service User, in which support must be provided 24 hours a day 7 days a week, 52 weeks per year. The main service for this requirement operates between the hours of 7am to 11pm, however there will be occasions to provide the service overnight such as for respite or urgent situations.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 25
Quality criterion - Name: Staff Skills, Expertise & Qualifications / Weighting: 8
Quality criterion - Name: Quality Assurance processes, procedures and reporting / Weighting: 8
Quality criterion - Name: Fair Work First / Weighting: 18
Quality criterion - Name: Social (Community) Benefits / Weighting: 1
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2024
This contract is subject to renewal
Yes
Description of renewals
The next tendering opportunity for this service is estimated around November 2023.
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
Please refer to the Tender Documents.
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
Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet assessment. In order to be considered, applicants must achieve one of the following:
Minimum level(s) of standards possibly required
(a) Where the tenderers Dun & Bradstreet risk indicator is 3 or less, the annual contract value should also be less than 50% of the tenderers average turnover over the preceding 2 years.
OR
(b) Where the tenderers Dun & Bradstreet risk indicator is 2 or less, the annual contract value should also be less than 75% of the tenderers average turnover over the preceding 2 years.
PLEASE NOTE THE IMPORTANT GUIDANCE TO BIDDERS BELOW:
APPLICANTS ARE STRONGLY ADVISED TO SATISFY THEMSELVES THAT THEY MEET THESE CRITERIA AS FAILURE OF THE FINANCIAL CHECK WILL MEAN THAT THEIR APPLICATION WILL NOT BE CONSIDERED FURTHER. APPLICANTS SHOULD ALSO SATISFY THEMSELVES THAT THEIR DUN AND BRADSTREET RATINGS ARE CORRECT AND IT IS THE APPLICANT’S RESPONSIBILITY TO RAISE ANY QUERIES WITH DUN AND BRADSTREET IF THEY FEEL A CORRECTION IS REQUIRED. THE COUNCIL WILL RELY ON THE RISK RATING IT OBTAINS AT THE TIME IT PERFORMS THE D&B
FINANCIAL CHECK.
You must provide your average yearly turnover for the last 2 years.
Turnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted.
If you are unable to provide the turnover information required due to being exempt from submission of full audited accounts, please provide an explanation on why you are exempt in response to this question.
If you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit alternative information and documentation on your financial position should this be required at any point. This information could be required at selection or in the event that the bidder is identified as the preferred bidder.
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD PART 4C.1.2
Bidders will be required to provide 2 examples of services carried out in the past 3 years that demonstrate that they have the relevant experience to deliver a Care at Home Service. The examples provided must be of a similar size and nature to this contract opportunity.
***
SPD 4C SUBCONTRACTORS
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
***
SPD 4D QUALITY MANAGEMENT PROCEDURES
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 hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information").
***
HEALTH & SAFETY
The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum OR hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information").
***
SPD 4D - ENVIRONMENTAL MANAGEMENT PROCEDURES
If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate then the bidder must hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information")
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
It is a material condition of this Agreement that as at the Commencement Date and throughout the Contract Period the Provider shall have in respect of the Services a current certificate of registration under the Regulation of Care (Scotland) Act 2001 as a Care at Home Service. The Provider must maintain Care Inspectorate grades of 3 (adequate) and above across all areas of performance examined during inspections which cover “Quality of Care and Support”, “Quality of Staffing” and “Quality of Management and Leadership”. Any Provider who is newly registered must obtain at its first inspection and thereafter maintain the aforementioned Care Inspectorate grades. Where the Service receives a Care Inspectorate grade of 2 or less in any specified area, and where it generally provided good quality of care and has not previously been graded at 2 or below, the Provider shall be given the opportunity through a robust Improvement Plan agreed with the Care Inspectorate, in conjunction with the action plan agreed with the Council.
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
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-022077
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
17 December 2021
Local time
12:00pm
Changed to:
Date
22 December 2021
Local time
12:00pm
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
17 December 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: The next tendering opportunity for this service is estimated around November 2023.
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
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 or Regulations 8 & 9 of the Procurement (Scotland) Regulations 2016.
***
SPD 4B - INSURANCES
Bidders must hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the following types and levels of insurance:
Employer`s (Compulsory) Liability Insurance = 5 million GBP
Public Liability Insurance = 5 million GBP including no inner limit against abuse claims
Professional Indemnity Insurance = 2 million GBP
***
SERVICE SPECIFIC SELECTION CRITERIA PART A
INVERCLYDE GOVERNANCE PROCEDURES
Bidders must confirm that they will fully comply with the Inverclyde Council Governance procedures throughout the Contract period.
***
SAFE RECRUITMENT
The bidder must confirm they have policies and procedures for the proposed service delivery model that includes:
- All members of staff must provide two references, one of which must be from the current or most recent employer;
- All members of staff having direct contact with supported individuals must be subject to an appropriate level of Disclosure or provide appropriate PVG Scheme membership information if carrying out regulated work; and
- Ensuring that the requirements above apply to any sub-contractors or agency staff.
***
ELECTRONIC CALL MONITORING SYSTEM (ECMS)
The bidder's proposed service delivery model must interface with Inverclyde HSCP's ECMS. The bidder shall utilise the ECMS for all Services undertaken on behalf of the Council, as governed by this Specification, any subsequent Framework Agreement the Provider may enter into with the Council and any Call-off Letters concluded with the Council relative to this Framework Agreement.
***
INDEPENDENT MONITORING SYSTEM
The bidder must have external systems in place for the independent monitoring of the services provided for the proposed service delivery model.
***
REFERENCES
The bidder must provide contact information for two organisations that can be contacted for references. The referee's should be able to provide detailed comments in respect of similar Care at Home and Housing Support services that your organisation currently provides for them, or has done so over the last three years.
***
COMPLAINTS PROCEDURE
The bidder must confirm that they will adhere to Inverclyde Council`s Complaints Policy.
***
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19845. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Inverclyde Council is committed to maximising Social (Community) Benefits from its procurement activities.
Under this procurement exercise the contract and its supply chain will be required to support the authority’s economic and social regeneration objectives. The contractor where possible shall engage with the local community throughout the life cycle of the project. This engagement may take a variety of forms from encouraging school visits to the site to promote health and safety issues to making contributions (financial or other resources) to help solve a local community issue or taking on new start apprentices or sustain current apprentices.
Please provide details of relevant Community Benefits you are willing to include as part of your tender offer which will NOT incur any additional contractual costs.
Some examples for illustration purposes are listed below:.
- New Start Apprenticeships
- Event Organisation (i.e. open day)
- Industry Day for Local Schools
- Equipment Donations
- Engagement with the community beyond the terms of this contract.
- Sponsorship within the local community.
(SC Ref:670618)
six.4) Procedures for review
six.4.1) Review body
Greenock Sheriff Court and Justice of the Peace Court
Sheriff Court House
1 Nelson Street, Greenock
PA15 1TR
Country
United Kingdom