Section one: Contracting authority
one.1) Name and addresses
Inverclyde Council
Corporate Procurement, Municipal Buildings, Clyde Square
Greenock
PA15 1LX
Angela.Rodgers@inverclyde.gov.uk
Telephone
+44 1475712364
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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
Provision of a Recovery Community Service in Inverclyde
Reference number
CP0432/HSCP
two.1.2) Main CPV code
- 85323000 - Community health services
two.1.3) Type of contract
Services
two.1.4) Short description
Inverclyde Council operates a Health and Social Care Partnership (HSCP) together with NHS Greater Glasgow and Clyde. Inverclyde Council requires the Provider to develop an Inverclyde wide recovery community across Inverclyde that includes personalised and collective support for adults with alcohol and drug dependency issues. The support must be provided seven days per week, 52 weeks per year, including a skeleton service during public holidays.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
This Invitation to Tender is for The Provision of a Recovery Community Service in Inverclyde as detailed in the Service Specification
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 12
Quality criterion - Name: Staffing Management and Expertise / Weighting: 12
Quality criterion - Name: Outcomes and Reporting / Weighting: 11
Quality criterion - Name: Fair Work First / Weighting: 3
Quality criterion - Name: Community Benefits / Weighting: 2
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2023
This contract is subject to renewal
Yes
Description of renewals
Option to extend from 1st April 2023 until 31st March 2024.
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
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:
(a) Where the tenderers Dun & Bradstreet risk indicator is 3, the annual contract value should also be less than 50% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 24 months of the date of the financial check).
OR
(b) Where the tenderers Dun & Bradstreet risk indicator is 2 or better, the annual contract value should also be less than 75% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 21 months of the date of the financial check).
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.
Minimum level(s) of standards possibly required
The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Employer's (Compulsory) Liability: 5M GBP
Public Liability: 5M GBP (with no inner limit for abuse claims)
Data Protection/Cyber Insurance: 1M GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
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 Recovery Community Service. The examples provided must be of a similar size and nature to this contract opportunity.
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
Date
21 January 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
21 January 2022
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: Inverclyde Council reserves the right to extend this contract for a further year from 1st April 2023 until 31st March 2024 subject to budget availability and satisfactory performance.
six.3) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
**
SPD 4C – QUALIFICATIONS
Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications - Recovery Coordinator will hold a relevant degree / professional qualification such as Social Work / Alcohol and Drugs or have extensive experience in a management role (three years minimum).
The Peer Support staff will have experience of a peer support role / a relevant SQA qualification for example in Drugs and Alcohol; and those involved in the initial sessional Peer Support role will have a minimum of volunteering experience and active involvement in supporting recovery and have been in recovery for a minimum of three years.
**
SPD 4C – SUBCONTRACTING
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
If the bidder does not hold UKAs (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) then the bidder must hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information")
HEALTH AND SAFETY
If the bidder does not 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, then the bidder must hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information")
**
SPD 4D - ENVIRONMENTAL MANAGEMENT PROCEDURES (For information purposes only)
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")
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20242. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:676260)
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