Section one: Contracting authority
one.1) Name and addresses
West Lothian Council
West Lothian Civic Centre, Howden South Road
Livingston
EH54 6FF
hayleigh.valentine@westlothian.gov.uk
Telephone
+44 1506281814
Fax
+44 1506281325
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 electronically via
https://www.publictendersscotland.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
Community Link Worker and Distress Brief Intervention Services
Reference number
CC13772
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 Services / Contract is to deliver appropriate support to adults residing in West Lothian who have mild to moderate mental health problems, as well as those in acute psychological distress (the DBI part of the service). Individuals will be supported to identify personal outcomes and priorities and will be provided with specialist advice on a range of issues; this may involve signposting to other social or clinical services.
two.1.5) Estimated total value
Value excluding VAT: £3,171,669.80
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKM78 - West Lothian
two.2.4) Description of the procurement
The aim of the Services / Contract is to deliver appropriate support to adults residing in West Lothian who have mild to moderate mental health problems, as well as those in acute psychological distress (the DBI part of the service). Individuals will be supported to identify personal outcomes and priorities and will be provided with specialist advice on a range of issues; this may involve signposting to other social or clinical services.
By continuing to provide such a service in West Lothian, it is anticipated that there will be a reduction in the number of contacts that an individual has with their GP, or that the service will act as an alternative to the individual seeking support from their GP.
The Service will continue to be delivered from the Community Wellbeing Hubs (located in Bathgate and Livingston), and other venues as appropriate .
two.2.5) Award criteria
Quality criterion - Name: Technical Questions / Weighting: 90
Price - Weighting: 10
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
Subject to satisfactory operation and performance, West Lothian Council will have the option to extend by up to a further 2 x 12 month periods. Any period of extension will be at the discretion of the council.
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
Full breakdown of technical criteria weighting can be found within the technical envelope. The quality criteria will be scored out of 100 and tenderers will receive a pro-rated score out of 90.
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
Where required, contracts that fall within the specific risk sectors as defined by Police Scotland, or, where there is a suspicion that risk may be present, WLC will provide Police Scotland information on the representatives of the bidder (SPD Part 2B) to allow Police Scotland to review and provide feedback on information provided.
Please note: when completing SPD section 1.12 Part 2B, this should be completed using personal information as follows: your full name including any middle names as it appears on your birth and/or marriage certificate; the day date and month you were born and the location of your birth; and your home address and postcode. The name entered must be consistent with any birth certificate, marriage certificate etc. Failure to provide the correct information may result in your bid being excluded from the tender process or an offer of contract being withdrawn should the information prove to be incomplete or incorrect at a later stage.
three.1.2) Economic and financial standing
List and brief description of selection criteria
With reference to SPD question 4B.6 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 49 or less 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.
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. The council will then conduct an analysis of the accounts to ensure that there is no significant financial risk. Please note that if you intend on attaching 2 years accounts, these must include financial data over a 3-year period.
It is recommended that candidates review their own Dun & Bradstreet Score in advance of submitting their tender. If following this review tenderers consider that the Dun & Bradstreet Score does not reflect their current financial status, details of this should be provided, complete with evidence of a good high street credit rating (the equivalent of Dun & Bradstreet score 50) from a recognised credit referencing agency. The council will review any such information as part of the evaluation of 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.
With reference to ESPD Q4B.5.1a&b; 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
Employers Liability 10,000,000 GBP (Ten Million GBP) subject to legislative requirements.
Professional Indemnity 2,000,000 GBP (Two Million GBP)
Public liability 10,000,000 GBP (Five Million GBP) - Employers should hold insurance at a minimum level of 5m GBP in line with current legislation unless specifically exempt.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders are required to provide a minimum of 1 example of experience of delivering a Mental Health Link Worker Service or Distress Brief Intervention Service.
Examples should demonstrate providing a service as outlined in the tender specification, this should be a contract that is of an approximate value (or more). Your response should include the contract values.
These will be scored on a pass/fail basis therefore further evaluation will not take place if unsuitable information is provided.
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
Bidders must be registered with the Care Inspectorate and have quality grades of 3 or above as a minimum. Evidence will be requested in the Technical Envelope of the tender. Failure to provide evidence may result in your tender being rejected.
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
7 November 2024
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 November 2024
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
TUPE – The incoming Contractor is responsible for obtaining legal and professional advice about relevant TUPE implications.
CONFIDENTIALITY - 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 Official Journal of the European Union in accordance with EU directives or elsewhere in accordance with the requirements of UK government policy on the disclosure of information relating to government contracts.
West Lothian Council is committed to maximising Community Benefits from its procurement activities. Under this procurement, the contractor, and its supply chain, will be required to support the authority’s economic, social and environmental objectives relating to participation in skills development, training and employment initiatives and other value-added contributions. Accordingly, contract performance conditions may relate in particular to social, economic and environmental considerations.
While the Community Benefits Information will in no way be scored/evaluated/taken into account beyond the requirement that it is included in the bidder’s Tender Submission, if the Community Benefits Information contains any Community Benefits, these will be accepted by the Authority via the contract variation process and will be enforceable as part of the contract. Accordingly, where a contract is awarded to a bidder whose Tender Submission included Community Benefits, the bidder will be required to deliver those Community Benefits as part of the contract.
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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27713. 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:
Please note: Community Benefits proposals will not form part of the award criteria and will not be evaluated but will be contractual obligations.
(SC Ref:779904)
six.4) Procedures for review
six.4.1) Review body
Livingston Sheriff Court
Howden South Road
Livingston
EH54 6FF
Country
United Kingdom