Section one: Contracting authority
one.1) Name and addresses
WEST LOTHIAN COUNCIL
West Lothian Civic Centre, Howden South Road
Livingston
EH54 6FF
Contact
Tom Henderson
tom.henderson@westlothian.gov.uk
Country
United Kingdom
NUTS code
UKM78 - West Lothian
Internet address(es)
Main address
https://www.westlothian.gov.uk/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140
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 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
CC12957 - Forrest Walk Residential Care for Adults with a Physical Disability including Respite and Day Care Provision
Reference number
CC12957
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
The aim of the service is to provide care and support for physically disabled service users with complex needs who have been assessed as requiring 24-hour support within a registered care home environment in the community.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85311000 - Social work services with accommodation
- 85310000 - Social work services
two.2.3) Place of performance
NUTS codes
- UKM78 - West Lothian
two.2.4) Description of the procurement
The building at Forrest Walk is owned by West Lothian Council.
The aim of the service is to provide care and support for physically disabled service users with complex needs who have been assessed as requiring 24-hour support within a registered care home environment in the community. The Unit requires on-site 24-hour staffing and it is likely that
the residents will have a high level of cognitive or intellectual impairment.
The following services are provided at Forest Walk:
Residential Provision – four en-suite bedrooms and living area for long-term placements.
The service provides all care and support for physically disabled service users with complex needs
who have been assessed as requiring 24-hour support within a registered care home environment
in the community.
Respite Provision – two en-suite bedrooms and living area for respite care placements
Respite provision offers short breaks to people with complex physical disabilities with a high level
of physical care needs. Local short breaks make it more likely that people will be able to continue
their other daily activities e.g. day care whilst in the service while also offering their family and
carers a break.
Day Care Provision - two places per day for people with complex physical disabilities and high
dependency care needs and who require a high level of personal care and support. This service is
offered to people for whom other day support services is no longer appropriate.
‘Emergency Call – overnight services for adapted tenancies’
two.2.5) Award criteria
Quality criterion - Name: Implementation and Transition / Weighting: 15
Quality criterion - Name: Service Delivery / Weighting: 10
Quality criterion - Name: Service User Engagement and Feedback / Weighting: 10
Quality criterion - Name: Quality Assurance / Weighting: 10
Quality criterion - Name: Safeguarding / Weighting: 15
Quality criterion - Name: Outcomes / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 15
Quality criterion - Name: Community Benefits / Weighting: 5
Price - Weighting: 10
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2029
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended for a period up to a further 36 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.2.14) Additional information
Price - In accordance with Section 67 (5) of the Public Contacts (Scotland) Regulations (5) i.e. the cost element may also take the form of a fixed price or cost on the basis of which economic operators will compete on quality criteria only, the award evaluation will be based on the Most Economically Advantageous Tender on the basis of a fixed price as stipulated in the Tender documents.
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
Service providers must have Registration with the Care Inspectorate - Level 3. Where providers have no previous registration history, they will be required to evidence of level 3 within the first 12 months of the contract commencement.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders will be expected to have the following Insurances in place at contract commencement :
Employers Liability GBP10m subject to legislative requirements (Min GBP5m).
Public liability GBP5m
Professional Indemnity GBP2m
Medical Malpractice GBP5m
West Lothian Council will use Dun and Bradstreet’s DBAi financial reporting system to assess the financial stability of tenderers.
Tenderers with a Failure Score of 50 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please
note that below 50 will not be considered as having met this criteria. If a tenderer has a Failure Score of less than 50, the tenderer may be required to submit their last three years accounts.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Service providers will be required to perform services in accordance with the Service Specification and confirm that this can be achieved.
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
4 December 2023
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
4 December 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
All information supplied by the Authority must be treated in confidence and not disclosed to third parties except insofar as this is necessary to obtain sureties or quotations for the purpose of submitting the tender. All information supplied by you to the
Authority will similarly be treated in confidence except:
(i) for any information required to be disclosed or otherwise provided by the Authority to any person in order to comply with the Freedom
of Information (Scotland) Act 2002 and any codes of practice applicable from time to time relating to access to public authorities’
information.
The Tenderer shall co-operate, facilitate, support and assist the Authority in the provision of this information. In the event the Authority is
required to provide information to any person as a result of a request made to it under such Act and/or codes, the Authority shall adhere to
the requirements of such Act and/or codes in disclosing information relating to this Agreement, the Project documents and the Contractor.
(ii) that references may be sought from banks, existing or past clients, or other referees submitted by the tenderers;
(iii) for the disclosure of such information with regard to the outcome of the procurement process as may be required to be published in the
Supplement to the current World Trade Organisation or elsewhere in accordance with the requirements of UK government policy on the
disclosure of information relating to government contracts.
Procedures for Review - An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session’
Re SPD question 4B.6 In relation to D&B checks
In the event that the tenderer is not required to publish accounts and therefore does not have a Dun & Bradstreet or equivalent
rating,tenderers should be able to provide financial accounts when requested. Please note that if you intend on attaching 2 years accounts, these must include financial data over a 3 year period.
The council will review any information which is comparable to a Dun & Bradstreet score of 50 from a recognised Agency to substantiate
the Tenderer’s financial status.
In the event that a firm 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 Tender Submission is supported by a Parent Company Guarantee.
Should after review of the financial evaluation the tenderer fail, then the tender submission may be rejected.
Police Scotland and D&B checks will be carried out.
Evaluated Community Benefits will be included within this tender.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25356. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
There is a requirement to recruit a person from West Lothian within the first year of the contract.
(SC Ref:748523)
six.4) Procedures for review
six.4.1) Review body
livingston sheriff court
West Lothian Civic Centre
Livingston
EH54 6FF
Country
United Kingdom