Section one: Contracting authority
one.1) Name and addresses
West Lothian Council
West Lothian Civic Centre, Howden South Road
Livingston
EH54 6FF
Contact
Lisa Mallaghan
Lisa.Mallaghan@westlothian.gov.uk
Fax
+44 1506281325
Country
United Kingdom
NUTS code
UKM78 - West Lothian
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Provision of Family Group Decision Making and Associated Support Services to Families, Children and Young People
Reference number
CC12448
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Children and Young People are one of the most vulnerable groups in our society and the council has a responsibility, in conjunction with partners to act in the best interests of the Child or Young Person to ensure their wellbeing.
The Children and Young People Scotland act 2014 sets out that relevant services in relation to Children at risk of becoming looked after be made available. Family Group Decision Making (FGDM) services are specifically cited as a relevant service under the 2014 Act (Relevant Services in relation to Children at Risk of Becoming Looked After etc.) Order 2016.
FGDM is a strength based, solution-focused model (rather than a deficit-based problem-focused one). It is recognised that families have the ability to identify their own solutions to the challenges they face. Recognising and developing supportive relationships within families to meet the needs of the child are fundamental to family decision making services. Family Group Conference (FGC) is one of the main practices within FGDM.
The service will be provided on a referral basis for the provision of
Family Group Decision Making including pre and post Family Group Conferencing and support.
It is expected that the service will support approximately 70 families per year.
It has been recognized that this service will be required to be procured on a long-term basis as a specific requirement is that the FGC coordinator is independent. It is therefore considered that a contract of 4 years plus up to 48 months extension is considered.
two.1.5) Estimated total value
Value excluding VAT: £1,600,000
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
- UKM78 - West Lothian
two.2.4) Description of the procurement
The service will be provided on a referral basis for the provision of Family Group Decision Making including pre and post Family Group Conferencing and support.
It is expected that the service will support approximately 70 families per year.
It has been recognized that this service will be required to be procured on a long-term basis as a specific requirement is that the FGC coordinator is independent. It is therefore considered that a contract of 4 years plus up to 48 months extension is considered.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £1,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2027
This contract is subject to renewal
Yes
Description of renewals
The contract will operate for 48 months with a possible 48 month extension.
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
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 whereby price is fixed. Utilising the flexibility of the Light Touch Regime with regard to the award criteria, those providers who are prepared to accept the Council’s fixed budget will score 30% Those providers who are not prepared to accept the Council’s fixed budget will score 0% The Quality weighting will be 70%
Minimum level(s) of standards possibly required
Requirement to evidence current or previous delivery of Family group decision making and family group conferencing services for children families and young people.
Organisations must have competent and up to date Adult and child protection polices which must be submitted. This is a mandatory requirement and failure to provide may result in tender being rejected.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The provider must follow the requirements set out in the service specification and comply with all statutory requirements in the delivery of the service. This is regarded as a mandatory requirement. Notwithstanding any conditions agreed in the service specification, all terms and conditions set out in the main full contract will apply.
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
24 January 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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 January 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
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 accordance with the requirements of UK government policy on the disclosure of information relating to government contracts.
Additional Information within the ITT for Quality Management and Health and Safety requirements can be found at the following link :
https://www.westlothian.gov.uk/article/11428/Changes-to-Public-Procurement-Rules
The HSE website will be checked for breaches. Should West Lothian Council's Health and Safety team not be satisfied with the outcome
your tender will be rejected.
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.
For further information regarding regulated procurements please refer to Regulations 58 and 59 of The Public Contracts (Scotland)
Regulations 2015.
Police Scotland will be consulted with regards to Serious and Organised Crime checks. Any links to this type of activity may cause your tender to be rejected.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is . For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the
Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
The value for this contract is below 4m GBP.
Whilst a Community Benefits Clause is not incorporated, where bidders include any Community Benefits within their submission, these
will be accepted by the council via the contract variation process and the service provider will be expected to deliver as part of the contract.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 47791. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:716821)
six.4) Procedures for review
six.4.1) Review body
Livingston Sherriff Court
West Lothian Civic Centre, Howden South Road
Livingston
EH54 6FF
Country
United Kingdom