Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
UK
E-mail: shona.brydson@renfrewshire.gov.uk
NUTS: UKM83
Internet address(es)
Main address: http://www.renfrewshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Flexible Framework for Care at Home and Housing Support Services
Reference number: RC-CPU-23-048
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Renfrewshire Council currently has existing provision for Care at Home Services under the direction of Renfrewshire Health and Social Care Partnership (RHSCP) which will expire in May/June 2025.
Renfrewshire Council is seeking to establish a multi-providers Flexible Framework Agreement (Flexible Framework) for the provision of Care at Home and Housing Support Services. The Flexible Framework will be used by RHSCP and where necessary the Council to purchase services which will support predominantly older people to live independently in their own homes for as long as possible with the care and support they need being tailored to them and provided in a flexible manner.
The Flexible Framework will include both Options 2 and 3 of Self-Directed Support. It is anticipated that as far as possible, and where appropriate, all relevant existing care and support arrangements will transfer over to the Flexible Framework.
It is anticipated that the Flexible Framework will be for 4 years with the option to extend for up to 12 months on 3 occasions, subject to satisfactory operation and performance. The Flexible Framework is anticipated to commence on the 01 May 2025. This will allow RHSCP to arrange transfer of current care packages to the Flexible Framework where appropriate to do so, and to arrange new care packages under the Flexible Framework. The Flexible Framework is anticipated to expire on the 30 April 2029; should all extension options be taken, the end date will be the 30 April 2032.
In the event that the Flexible Framework does not start on 01 May 2025, the Flexible Framework will start on the Commencement Date as stated in the Letter of Acceptance. The length of any Individual Service Contract (ISC) made under this Flexible Framework will be stated in the relevant ISC. Please note an ISC may expire after the Flexible Framework End Date.
Tenderers should note there is no guaranteed level of spend for any ISC awarded under the Flexible Framework; there is also no guarantee of payment being made to a Provider solely by appointment to the Flexible Framework.
A flexible approach has been designed which will allow New Entrants to apply to be on the Flexible Framework.
PLEASE NOTE - The Supplier Development Programme will deliver a Talking Tenders webinar to support tenderers to use Public Contracts Scotland and Public Contracts Scotland - Tenders Portal. The webinar will take place on 08 January 2025 details here: https://www.sdpscotland.co.uk/events/renfrewshire-council-care-at-home-framework-1527/
II.1.5) Estimated total value
Value excluding VAT:
160 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85320000
85310000
85300000
85000000
98000000
II.2.3) Place of performance
NUTS code:
UKM83
Main site or place of performance:
Renfrewshire
II.2.4) Description of the procurement
The Tender Procedure shall be conducted in accordance with an above Government Procurement Agreement (GPA)Threshold as an Open procedure relating to Services under Schedule 3 – Social and Other Specific Services of the Public Contracts (Scotland) Regulations 2015.
The Council is seeking to establish a multi–Provider Flexible Framework Agreement (Flexible Framework).
The scope of the Flexible Framework falls within the ‘Social and Other Specific Services’ category and is subject to the procurement regimes set out in section 7, Social and Other Specific Services, both of the Public Contracts (Scotland)Regulations 2015.
As such, a flexible approach has been designed which will allow New Entrants to apply to be on the Flexible Framework.
The Council will call off from the Flexible Framework and invites responses to the Invitation to Tender (ITT) for a place on this Flexible Framework from suitably qualified Providers. Tenderers should note there is no guaranteed level of spend for any ISC awarded under the Flexible Framework.
There is also no guarantee of payment being made to a Provider solely by appointment to the Flexible Framework.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical Questions
/ Weighting: 90%
Quality criterion: Community Benefits
/ Weighting: 5%
Quality criterion: Fair Working Practices
/ Weighting: 5%
Price
/ Weighting:
Pass/Fail
II.2.6) Estimated value
Value excluding VAT:
160 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The Hourly Rate the Council shall pay under the Flexible Framework for the provision of Services is 23.00GBP. Tenderers must confirm acceptance of this rate as per the Commercial Envelope on the PCS-T system.
Prospective providers must meet the selection criteria as detailed in this Contract Notice and also meet the required technical criteria as detailed in the Tender Documents.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Mandatory Requirement - Care Inspectorate Registration and Grades
1 Tenderers must be registered with the Care Inspectorate to deliver a Support Service - Care at Home for the Service they are tendering to be on the Flexible Framework.
- All Services being tendered to be on the Flexible Framework must have a minimum Quality Grade of 3 for all key questions.
2 Tenderers must also be registered to deliver a Housing Support Service as a combined service, or evidence an ongoing application with the Care Inspectorate to do so.
- Where a Tenderer DOES have the appropriate combined Housing Support Service registration, the combined service being tendered to be on the Flexible Framework must have a minimum Quality Grade of 3 for all key questions.
- Where a Tenderer DOES NOT have the appropriate combined Housing Support Service registration, they must evidence a live and ongoing application for this, and confirm understanding that no ISCs will be made until evidence of the completed application and a minimum Quality Grade of 3 for all key questions have been submitted to the Council.
Any Tenderer who does not meet the requirement prior to the Tender Deadline will not be eligible to join; however, they may participate in a future reopening of the Flexible Framework once these requirements have been met.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Tenderers will be required to have a minimum Dun and Bradstreet Failure Score of 20 or provide 2 years of audited accounts.
The minimum insurances required to obtain a place on the Flexible Framework are detailed in Section V1.3 of this Contract Notice.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
As per Part 4C: Services of the SPD, Tenderers must provide 2 examples that demonstrates experience that is relevant to this procurement exercise.
Examples should be from within the last 3 years and must include delivery of Services which are registered with the Care Inspectorate as a Support Service - Care at Home, and where applicable, registered with the Care Inspectorate to deliver a Housing Support Service. The examples must also have Care Inspectorate Quality Grades of 3 or above for all key questions in the Care Inspectorate quality indicator framework.
Tenderers must detail the Tenderer’s role in delivering the contracts including, if relevant, any instances where the Tenderer has been able to demonstrate added value or innovative solutions.
Tenderers must demonstrate their previous experience in delivering services which ensure capacity and capability to deliver the required Renfrewshire Council Services.
Tenderers must demonstrate experience of appropriately skilled and qualified staff providing support for people with varying needs.
Minimum level(s) of standards required:
Technical Experience
Providers must provide 2 examples of previous experience in delivering similar services - as a Care Inspectorate registered Support Service - Care at Home, and as appropriate a Housing Support Service and have minimum quality grades of 3 for key questions in the Care Inspectorate quality indicator framework.
Quality management policy required.
Providers must have a Health and Safety Policy which includes risk assessments
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Staff delivering the Service must be SSSC registered.
Staff must be PVG checked.
Provider’s must be registered with the Care Inspectorate as outlined in III.1 Conditions for participation (III.1.1 Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers) and the Invitation to Tender.
III.2.2) Contract performance conditions
Providers must meet and uphold all the required criteria listed for the duration of the Flexible Framework and Individual Service Contracts called off from the Flexible Framework.
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Justification for any framework agreement duration exceeding 4 years: This requirement is being tendered under the regulations applicable for Social and Other Specific Services of the Public Contracts (Scotland) Regulations 2015. The Council may re-open the Flexible Framework for New Entrants to be added. New Entrants will be subject to the same minimum requirements as those who responded to the initial Contract Notice establishing the Flexible Framework.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-010932
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
03/02/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
03/02/2025
Local time: 12:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Additional Minimum Requirements
Insurance
All Tenderers will be required to evidence as part of the tender process to obtain a place on the Flexible Framework the insurances outlined below (full details are listed within the Invitation to Tender).
i) Public Liability To a minimum indemnity limit of 10,000,000GBP each, and every claim. Liability must not exclude abuse and/or molestation cover.
ii) Employers’ Liability To a minimum indemnity limit of 10,000,000GBP each, and every claim.
iii) Statutory Third-Party Motor Vehicle Liability Where a vehicle is used in delivery of the Service, statutory third-party motor vehicle cover should 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.
iv) Professional Indemnity Where a Provider is employing any Staff who are professionally qualified in relation to the services of this Agreement, to a minimum indemnity of 2,000,000GBP any one incident (without limit to the number of incidents), OR in the aggregate, and where in the aggregate, a minimum of one automatic reinstatement of the limit in any one period of insurance OR, where no automatic reinstatement is available, 5,000,000GBP in the annual aggregate.
Where a Provider’s Services include the provision of care and treatment (including, but not limited to where the Service involves the administration of medicines) the Provider shall as a minimum, effect and maintain one of the following insurances and minimum levels of cover:
(a) A care and treatment extension to the existing public liability policy, to a minimum indemnity limit of 5,000,000GBP; (without limit to the number of incidents) OR, in the aggregate, and where in the aggregate, a minimum of one automatic reinstatement of the limit in any one (1) period of insurance OR, where no automatic reinstatement is available, 10,000,000GBP in the annual aggregate.
(b) Where applicable, Medical Malpractice Liability Policy to a minimum indemnity limit of 5,000,000GBP any one incident (without limit to the number of incidents) OR, in the aggregate and where in the aggregate, a minimum of one automatic reinstatement of the limit in any one period of insurance OR, where no automatic reinstatement is available, 10,000,000GBP in the annual aggregate.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24827. 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 approach to Community Benefits within the Flexible Framework will be linked to cumulative annual spend (of ISCs) with a Provider following award of the Flexible Framework.
As part of the Tender Submission for the Flexible Framework, Tenderers will be required to demonstrate their commitment to delivering Community Benefits throughout the Flexible Framework.
Throughout the Flexible Framework when the Council purchases Services, it will earn Community Benefit points. The number of points earned will correlate to the level of cumulative spend for the previous 12 months.
The Council will then agree with the Provider the Community Benefits to be delivered and timescales for this, using the Council’s Community Benefits Outcome Menu as the basis for discussion/agreement of Community Benefits to be delivered.
(SC Ref:785002)
VI.4) Procedures for review
VI.4.1) Review body
See VI.4.3 below
See VI.4.3 below
UK
VI.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.
VI.5) Date of dispatch of this notice
17/12/2024