Section one: Contracting authority
one.1) Name and addresses
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
Contact
Sarah Lang
Telephone
+44 1738475000
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372
one.1) Name and addresses
Angus Council
Angus House, Orchardbank Business Park
Forfar
DD8 1AN
Telephone
+44 3452777778
Country
United Kingdom
NUTS code
UKM71 - Angus and Dundee City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00236
one.1) Name and addresses
Dundee City Council
Dundee House, 50 North Lindsay Street
Dundee
DD1 1NZ
eprocurement@dundeecity.gov.uk
Telephone
+44 1382434000
Fax
+44 1382433045
Country
United Kingdom
NUTS code
UKM71 - Angus and Dundee City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220
one.2) Information about joint procurement
The contract involves joint procurement
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
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
Appropriate Adult Service (Tayside)
Reference number
PKC11695
two.1.2) Main CPV code
- 98000000 - Other community, social and personal services
two.1.3) Type of contract
Services
two.1.4) Short description
Tender for the provision of Appropriate Adult Service across Tayside.
two.1.5) Estimated total value
Value excluding VAT: £525,000
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
- 75000000 - Administration, defence and social security services
- 75300000 - Compulsory social security services
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
- UKM71 - Angus and Dundee City
Main site or place of performance
Tayside region
two.2.4) Description of the procurement
The development of a sustainable Appropriate Adult Service with national oversight to promote consistency has been identified as necessary to support the commencement of a new duty in Section 42 of 2016 Act which requires the police to request support for vulnerable individuals in police custody.
It has been agreed by the three local authorities across Tayside (Dundee City, Perth and Kinross and Angus Councils) that a joint Service is procured and that this is managed by Perth and Kinross Council.
The Service will be managed through the contract and will have an appointed provider to manage a team of self-employed Appropriate Adults.
The Appropriate Adults Co-ordinator role for Tayside will involve:
- Being responsible for the management and delivery of the Appropriate Adult Service in Tayside, assess and evaluate information relating to that service and identify current trends and gaps in service
provision. Responsible for managing performance and disciplinary issues, and lead on the recruitment and training of Appropriate Adults to the service.
- Responsible for setting annual budget for service and managing all financial matters including authorisation of expenses, purchase of equipment, print supplies and training costs.
- Maintain and further develop effective partnerships between Police Scotland (D Division) and relevant stakeholders and arrange and attend Management Group meetings as required.
- Contribute nationally to the management and development of Appropriate Adult Services across Scotland through attendance at national meetings.
- contracts and HR support, finance support for payments, control room support for Appropriate Adults regarding call outs, worker safety and traffic guidance as well as training as required.
Whilst the service will be provided across Tayside, it will be Perth and Kinross Council who will act as the host authority and Contract Administrator.
The role of an Appropriate Adult is primarily to facilitate communication during police procedures between the police and vulnerable adults aged 16 and over who have communication difficulties as a result of a mental disorder. This also applies to designated officers of the specific agencies detailed in Section 42 (3) of the 2016 Act.
The Appropriate Adult shall provide information, guidance and support to vulnerable adults whilst in Court if accused or as a witness. There may be other circumstances where an Appropriate Adult may be required, but these will be negotiated on an individual basis and in agreement with the host authority Perth and Kinross Council.
The Provider will co-ordinate the service from accessible premises based in Tayside.
The Service will be available to individuals 365 days of the year, 24 hours per day, including weekends and public holidays. The Service Co-ordinator or equivalent will ensure that there is personnel available 24 hours per day, 365 days per year to respond to requests.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £525,000
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
Option to extend for up to a further 2 years.
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
4A.2 Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships.
three.1.2) Economic and financial standing
List and brief description of selection criteria
4B.2 Bidders will be required to state the value(s) for the following financial ratio(s):
Current Ratio (Current Assets divided by Current Liabilities)
Net Assets (Net Worth) (value per the Balance Sheet, no calculations required)
4B.5.1a 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:
Minimum level(s) of standards possibly required
The acceptable range for each financial ratio is:
Current Ratio It is expected that the ratio is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities in each of the 2 years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.
Net Assets (Net Worth) It is expected that the Net Worth will be positive i.e. a Net Assets position in each of the 2 years. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.
Employer’s (Compulsory) Liability Insurance = 5m GBP
Public Liability Insurance = 5m GBP
Comprehensive Car Insurance (Business use)
http://www.hse.gov.uk/pubns/hse40.pdf
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1.2 Bidders will be required to provide 1 example in the last 3 years that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
Delivering Appropriate Adult service or similar e.g. Advocacy to public or private sector
Minimum level(s) of standards possibly required
Quality Management Procedures
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
The bidder must have the following:
a. 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.
b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder’s quality management is effective in reducing/preventing incidents of sub-standard delivery.
c. Documented arrangements for providing the bidder’s workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid.
d. Documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis.
e. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged.
f. A documented process demonstrating how the bidder deals with complaints.
Health and Safety Procedures
3. 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
4a. The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent.
Note - Organisations with fewer than five employees are not required by law to have a documented policy statement.
4c. A documented procedure how the bidder obtains access to competent Health and Safety advice and assistance.
4f. Documented arrangements for checking, reviewing and where necessary, improving the bidders H&S performance.
4h. Documented procedures for recording accidents/incidents and undertaking follow-up action.
4j. Documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary.
Note - Organisations with fewer than five employees are not required by law to record risk assessments.
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-022553
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 January 2022
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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 January 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20274. 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:
Tenderers responding to this tender opportunity are requested to adopt the following community benefits approach.
Perth & Kinross Council (PKC) is committed to maximising community benefits. Community Benefits improve the economic, social or environmental wellbeing of the specific local authority area.
To find information about current community requirements in the Perth and Kinross Council area please look at our website.
Based on estimated spend of this contract any successful supplier will be required to meet a minimum number of Community Benefits points.
(SC Ref:677261)
six.4) Procedures for review
six.4.1) Review body
Perth Sheriff Court
Tay Street
Perth
PH2 8NL
Telephone
+44 1738620546
Country
United Kingdom