Section one: Contracting authority
one.1) Name and addresses
Inverclyde Council
Procurement, Municipal Buildings, Clyde Square
Greenock
PA15 1LX
Contact
Procurement Team
Telephone
+44 1475712634
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168
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
http://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
http://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
Independent Advocacy Service for Adults
Reference number
CP0575/HSCP
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
This tender is for an Independent Advocacy Service for Adults.
Inverclyde Council, operating as a Health and Social Care Partnership in conjunction with NHS Greater
Glasgow & Clyde, require to commission Independent Advocacy Services
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
- 98000000 - Other community, social and personal services
- 85310000 - Social work services
- 85320000 - Social services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
This tender is for an Independent Advocacy Service for Adults.
Inverclyde Council, operating as a Health and Social Care Partnership in conjunction with NHS Greater
Glasgow & Clyde, require to commission Independent Advocacy Services
two.2.5) Award criteria
Quality criterion - Name: Outcomes - Question One / Weighting: 6.00%
Quality criterion - Name: Outcomes - Question Two / Weighting: 4.00%
Quality criterion - Name: Outcomes - Question Three / Weighting: 8.00%
Quality criterion - Name: Outcomes - Question Four / Weighting: 4.00%
Quality criterion - Name: Management & Reporting / Weighting: 4.00%
Quality criterion - Name: Project Viability - Question One / Weighting: 4.00%
Quality criterion - Name: Project Viability - Question Two / Weighting: 4.00
Quality criterion - Name: Fair Work First / Weighting: 3.00%
Quality criterion - Name: Social Value Outcome Menu / Weighting: 2.00%
Quality criterion - Name: Social Value Supporting Methodology / Weighting: 1.00%
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
Optiont to extend for 12 months from 1st April 2028 until 31st March 2029.
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
List and brief description of selection criteria
Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet assessment. In order to be considered, applicants must achieve one of the following:
(a) Where the tenderers Dun & Bradstreet risk indicator is 3, the annual contract value should also be less than 50% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 24 months of the date of the financial check).
OR
(b) Where the tenderers Dun & Bradstreet risk indicator is 2 or better, the annual contract value should also be less than 75% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 21 months of the date of the financial check).
PLEASE NOTE THE IMPORTANT GUIDANCE TO BIDDERS BELOW:
APPLICANTS ARE STRONGLY ADVISED TO SATISFY THEMSELVES THAT THEY MEET THESE CRITERIA AS FAILURE OF THE FINANCIAL CHECK WILL MEAN THAT THEIR APPLICATION WILL NOT BE CONSIDERED FURTHER. APPLICANTS SHOULD ALSO SATISFY THEMSELVES THAT THEIR DUN AND BRADSTREET RATINGS ARE CORRECT AND IT IS THE APPLICANT’S RESPONSIBILITY TO RAISE ANY QUERIES WITH DUN AND BRADSTREET IF THEY FEEL A CORRECTION IS REQUIRED. THE COUNCIL WILL RELY ON THE RISK RATING IT OBTAINS AT THE TIME IT PERFORMS THE D&B FINANCIAL CHECK.
You must provide your average yearly turnover for the last 2 years.
Turnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted.
If you are unable to provide the turnover information required due to being exempt from submission of full audited accounts, please provide an explanation on why you are exempt in response to this question.
If you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit alternative information and documentation on your financial position should this be required at any point. This information could be required at selection or in the event that the bidder is identified as the preferred bidder.
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1.2 Bidders must provide 2 examples of services carried out in the past 3 years that demonstrate that they have the relevant experience to deliver Independent Advocacy Services for Adults.
The examples provided must be of a similar size and nature to this contract opportunity and demonstrate that the experience and aptitude of staff include excellent communication skills and the ability to develop positive relationships.
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
2 December 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
2 December 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2029
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
Economic Operators may be excluded from the competition if they are in any of the situations referred to in regulation 8 and 9 of the
Procurement (Scotland) Regulations 2016.
***
INSURANCE (ESPD 4B):
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract,
the types and levels of insurance indicated below:
Employers Liability Insurance - 5M GBP
Public Liability Insurance - 5M GBP each and every claim with no inner limit of abuse claims.
Professional Risk Indemnity - 2M GBP
Contractors Data Protection/Cyber Risk Insurance - 250K GBP each and every claim..
***
ESPD 4C SUBCONTRACTORS
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
ESPD 4D QUALITY MANAGEMENT PROCEDURES
The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent)
OR
hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information")
HEALTH & SAFETY
The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum
OR
hold the information contained in the buyer attachment area in PCS-T (file name "Evaluation of ESPD Contract Notice Additional Information") ESPD Health & Safety.
***
TECHNICAL ENVELOPE 2.4 PART A: COMPLAINTS PROCEDURE
The bidder must comply with Inverclyde Council`s Complaints Handling Procedure.
***
TECHNICAL ENVELOPE 2.5 PART A: DATA PROTECTION, DATA RETENTION AND SECURE DESTRUCTION
The bidder must demonstrate appropriate compliance with the Data Protection Laws for Data Protection, Data Retention and Secure Destruction by providing a copy of their Policy/Policies
***
It will also be a condition of contract that Tenderers comply with the Terms & Conditions of Contract, Specification, Contract Information for Tenderers and Evaluation and Award Criteria documetns and enter into a Data Sharing Agreement with Inverclyde Council.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27649.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27649. 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:
Bidders are requested to refer to the Social Value Outcome Menu and select the Social Values they will offer during the Initial 3 Year Contract. It is the Councils expectation that 40 Social Value Points will be delivered over the initial contract period. Only those who offer the Councils expectation of 40 points will achieve the highest score for this section.
(SC Ref:780862)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court Greenock
Sheriff Court House, 1 Nelson Street
Greenock
PA15 1TR
Country
United Kingdom