Section one: Contracting authority
one.1) Name and addresses
Falkirk Council
Abbotsford House, Davids Loan
Falkirk
FK2 7YZ
Telephone
+44 1324506566
Country
United Kingdom
NUTS code
UKM76 - Falkirk
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184
one.3) Communication
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.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
https://www.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
Short Term Residential Respite Care Unit for Children with Complex Disabilities
Reference number
CS/028/23
two.1.2) Main CPV code
- 85311300 - Welfare services for children and young people
two.1.3) Type of contract
Services
two.1.4) Short description
A short term residential care unit based in the Falkirk Council area providing residential short breaks for children and young people with complex health needs as a result of disability. All Bidders must meet the minimum criteria set out in Section III.1.4) Objective rules and criteria for participation.
Organisations that meet these minimum criteria set out in Section III.1.4) can participate by following the instructions set out within Section II.2.4 Description of the Procurement.
Falkirk Council reserves the right to open up this Framework Agreement to new entrants that meet the minimum criteria. The framework will only open up if Falkirk Council identifies a need to expand services to meet demand or to respond to the choice of service users.
Please note that Service User and/or Carer choice will be a principle factor in booking bed places subject to budget approval.
Please note TUPE may apply
two.1.5) Estimated total value
Value excluding VAT: £1,480,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85311200 - Welfare services for disabled people
- 85311000 - Social work services with accommodation
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
Main site or place of performance
Falkirk
two.2.4) Description of the procurement
A short term residential care unit based in the Falkirk Council area providing residential short breaks for children and young people with complex health needs as a result of disability. All Bidders must meet the minimum criteria set out in Section III.1.4) Objective rules and criteria for participation.
Organisations that meet these minimum criteria set out in Section III.1.4) can register their interest by email to cpu@falkirk.gov.uk where a questionnaire will be issued for completion and evaluation. The questionnaire will include a requirement to evidence that the minimum criteria are in place in addition to other compliance questions.
Completed Questionnaires must be submitted via PCS by 11am on 16th December 2022. Late submissions will not be accepted.
A site inspection will also be required to ensure these minimum criteria are in place.
Falkirk Council reserves the right to open up this Framework Agreement each year to new entrants that meet the minimum criteria. The framework will only open up if Falkirk Council identifies a need to expand services to meet demand or to respond to the choice of service users.
Please note that Service User and/or Carer choice will be a principle factor in booking bed places subject to budget approval.
Please note TUPE may apply
two.2.6) Estimated value
Value excluding VAT: £1,480,000
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
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
Experience providing service required
Fully operational for 01/04/23
Max 5-bedded unit located within Falkirk Council area with family home type environment
Registered with Care Inspectorate for Care Homes for Children & Young People for the proposed unit
Minimum CI grades of 4 across all categories in the last two inspections for the proposed Unit
Existing positive links with paediatric complex care services in health, education & other support services in the area
Provision to meet the needs of children with complex disabilities incl hoists, play facilities, sensory bathing, access to leisure facilities & ability to maximise independence
Proven ability to communicate & take into account the needs & wishes of service users with complex communication needs & their families
SSSC Registration (see section III.2.1)
Ability to ensure that children are matched with others attending
Availability of appropriate & Accessible Transport
Ability to work as part of team around the child
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
The Provider must hold the appropriate registration with the Care Inspectorate for Care Homes for Children & Young People.
The Provider shall comply with any requirements under the Regulation of Care (Scotland) Act 2001 for staff to register with the Scottish Social Services Council and comply with its Employers’ Code of Practice.
three.2.2) Contract performance conditions
Maximum 5-bedded unit within Falkirk Council area with family home type environment.
Registration with the Care Inspectorate for Care Homes for Children & Young People for the proposed unit.
Minimum CI grades of 4 across all categories in the last two inspections for the proposed Unit.
Positive links with paediatric complex care services in health, education & other support services in the area.
Provision to meet the needs of children with complex disabilities such as hoists, play facilities, sensory bathing, access to leisure facilities & ability to maximise independence of children & young people.
Proven ability to communicate & take into account the needs & wishes of service users with complex communication needs & their families.
Ability to ensure that children are matched with others attending.
Staff hold appropriate SSSC Registration.
Availability of appropriate & Accessible Transport.
Ability to work as part of the team around the child.
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
Restricted procedure
four.1.3) Information about a framework agreement
The procurement involves the establishment of a framework agreement
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The Framework Agreement will not exceed four years.
four.1.10) Identification of the national rules applicable to the procedure
Information about national procedures is available at: https://www.legislation.gov.uk/ssi/2015/446/part/2/chapter/3/crossheading/social-and-other-specific-services/made
four.1.11) Main features of the award procedure
Contained within tender documentation but please note that Service User and/or Carer choice will be a principle factor in booking bed places subject to budget approval.
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
16 December 2022
Local time
11:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.3) Additional information
The scope of services to be provided under this Framework falls within the definition of social and other specific services in Schedule 3 to
the Public Contracts (Scotland) Regulations 2015 ("the Regulations") and therefore the procurement process shall be subject to the
requirements of section 7 of the Regulations.
SPPN 7/2021 may apply.
Reserve right to open Framework to new entrants. New Entrants will be subject to the same requirements as detailed in this Contract Notice and Tender Documents. New Entrants can apply by making initial contact to cpu@falkirk.gov.uk.
All Bidders must meet the minimum criteria set out in Section III.1.4) and Questionnaire questions.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=714209.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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 Contracting Authority will work with the Provider(s) to explore opportunities for community benefits.
(SC Ref:714209)
six.4) Procedures for review
six.4.1) Review body
Falkirk Sheriff Court and Justice of the Peace Court
Sheriff Court House Main Street Camelon
Falkirk
FK1 4AR
Country
United Kingdom