Tender

The Provision of Community Based Mental Health Services incorporating Distress Brief Interventions Services Level 2

  • Renfrewshire Council

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2023/S 000-032578

Procurement identifier (OCID): ocds-h6vhtk-040b21

Published 3 November 2023, 12:12pm



Section one: Contracting authority

one.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Contact

Sarah Ford

Email

sarah.ford@renfrewshire.gov.uk

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.renfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400

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

The Provision of Community Based Mental Health Services incorporating Distress Brief Interventions Services Level 2

Reference number

RC-CPU-23-193

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

To meet the strategic and operational aims of national and local mental health strategies Renfrewshire Council on behalf of the Renfrewshire Health and Social Care Partnership are tendering for a provider to deliver the provision of Community Based Mental Health Services incorporating Distress Brief Interventions Services Level 2 (the Service).

two.1.5) Estimated total value

Value excluding VAT: £1,556,000

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
  • 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

The Tender Procedure shall be conducted in accordance with an Open Procedure relating to a Service contract under Social and Other Specific Services of the Public Contracts (Scotland) Regulations 2015.

two.2.6) Estimated value

Value excluding VAT: £1,556,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

48

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

As there is a current service provider, TUPE may apply.

The Contract will be for 2 years with the option to extend for a further 2 periods of up to 12 months.

Further information is provided in the Tender Documents including the Service Specification for this Contract.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

The successful Tenderer must hold, or commit to obtain prior to the commencement of and duration of the Contract of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s liability insurance cover to a minimum indemnity limit of at least 10,000,000GBP each and every claim;

Public Liability Insurance shall not be less than 5,000,000GBP in respect of each and every claim;

Professional Indemnity Insurance shall not be less than 1,000,000GBP in the aggregate;

Where a vehicle is used in the delivery of Service, statutory third party motor vehicle liability insurance cover must be evidenced by way of a valid MV certificate in the COMPANY name, OR where there is no company fleet and employees use their own vehicles instead, a letter signed by a person of appropriate authority confirming that the provider has ongoing arrangements in place to ensure that employees' vehicles are appropriately insured and maintained for business purposes.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Contract will be subject to the Council's Contract Monitoring procedures. Please refer to the Tender Documents and Service Specification.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.11) Main features of the award procedure

The award criteria will be based on 100% Quality and Pass/Fail Price. The maximum annual budget is stated in the Contract Notice and Invitation to Tender. Full details of the Evaluation Procedure is outlined in the Invitation to Tender.

This approach is in accordance with Regulation 67.5 of the Public Contracts (Scotland) Regulations 2015:-

(5) 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.

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-030002

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


Section six. Complementary information

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

Full details of the exclusion and assessment criteria are detailed within the SPD and Invitation to Tender.

Tenderers are required to:

Complete the SPD;

Complete a SPD by any proposed sub-contractors;

Provide 2 examples of previous service provision as detailed in the SPD;

Tenderers must provide its ("general") yearly turnover for the last 2 financial years.

The Council will use Dun & Bradstreet (D&B) to assist in its determination of the organisation’s financial status and risk. The Council would expect Tenderers to have a minimum D&B Failure Score of 20%, however failure to meet this Failure Score would not necessarily merit a ‘FAIL’ as the D&B Failure Score is only one factor used by the Council in assessing the acceptability or otherwise of a Tenderer’s financial status.

Comply with the Service Specification;

Comply with the General Conditions of Contract Health and Social Care and Special Conditions of Contract.

The contract may be modified in accordance with Regulation 72 of the Public Contracts (Scotland) Regulations 2015.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25515. 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:

The Council is committed to maximising Community Benefits from its procurement activities in order to build economic, social or environmental conditions into the delivery of Council contracts.

The Council’s expectation is that 50 Community Benefit Points (CBP) or more will be delivered under this Contract.

(SC Ref:748135)

six.4) Procedures for review

six.4.1) Review body

Court of Session

See VI.4.3 below

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.

six.4.4) Service from which information about the review procedure may be obtained

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom