Social and other specific services – public contracts
Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
UK
Contact person: Sarah Ford
E-mail: sarah.ford@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 the Provision of Supported Living and Community Based Support Services for Adults with Social Care Needs
Reference number: RC-CPU-23-210
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Renfrewshire Council (the Council) is seeking to establish a multi–Provider Flexible Framework Agreement (Flexible Framework) for the Provision of Supported Living and Community Based Support Services for Adults with Social Care Needs. The Services will be for Adults with support needs relating to Mental Health, Learning Disabilities, Autism, Physical Disabilities, complex needs or other care and support inclusive of personal care, housing support, non-personal care, emotional and practical support. There may be the occasional requirement for a Service to be arranged for a child. The Council will utilise the Flexible Framework for SDS Option 2 & Option 3.
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. It is anticipated that the Flexible Framework will start on the 1st November 2024 and will expire on the 31st October 2028. Should all extension options be taken, the end date will be the 31st October 2031. In the event that the Flexible Framework does not start on 1st November 2024, 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.
II.1.5) Estimated total value
Value excluding VAT:
210 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85000000
85300000
85310000
98000000
II.2.3) Place of performance
NUTS code:
UKM83
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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
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
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.1.4) Objective rules and criteria for participation
Tenderers must be registered with the Care Inspectorate to deliver both a Housing Support Service and a Support Service - Care at Home for the Service. Tenderers’ will also be required to have a minimum grade of 4 for the Care and Support/ How well do we support peoples wellbeing theme in their last inspection and minimum grades of 3 in all other themes.
Tenderers must be IASME Cyber Essentials Plus certified or, be working towards certification.
Tenderers must achieve IASME Cyber Essentials Plus certification and provide evidence to the Council within 12 months of commencement of the Flexible Framework. Any Tenderer who does not have certification at point of award will enter a Probationary Period on the Flexible Framework.
The minimum insurances required to obtain a place on the Flexible Framework are detailed in Section V1.3 of this Contract Notice.
Tenderers will be required to have a minimum Dun and Bradstreet Failure Score of 20 or provide 2 years of audited accounts.
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:
Provider’s must be registered with the Care Inspectorate to deliver both a Housing Support Service and a Support Service - Care at Home for the Service they are tendering to be on the Flexible Framework. Providers’ will also be required to have a minimum grade of 4 for the Care and Support/ How well do we support peoples wellbeing theme in their last inspection and minimum grades of 3 in all other themes. Any Provider who does not meet this requirement prior to award of the Flexible Framework will not be eligible to join and may participate in a future reopening of the Flexible Framework once these requirements have been met.
Staff delivering the Service must be SSSC registered.
Staff must be PVG checked.
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
The procurement involves the establishment of a framework agreement
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.1.11) Main features of the award procedure:
Tender responses will be evaluated in line with the Award Criteria detailed in the Invitation to Tender.
The Quality/Price split is 70% Quality and 30% Price.
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-030001
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
29/07/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
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
The minimum insurance requirements that all Tenderers will be required to evidence as part of the tender process to obtain a place on the Flexible Framework are detailed below. Where a Tenderer does not currently hold this level of cover they may confirm in the SPD (Scotland) that the required insurance cover shall be put in place prior to the award of the Flexible Framework. Evidence will be required to be provided to the Council prior to the award of the Flexible Framework. If this is not achieved, the Tenderer will not be eligible to be awarded a place on the Flexible Framework.
Employer’s liability insurance cover in respect of the Employers’ Liability (Compulsory Insurance) Regulations 1998 in accordance with any legal requirement from time to time in force, to a minimum indemnity limit of at least 10,000,000GBP each and every claim;
Public Liability Insurance shall not be less than 10,000,000GBP in respect of each and every claim;
Professional Indemnity insurance shall not be less than 2,000,000GBP in respect of any one incident;
For Medical Malpractice, Insurance cover will not be less than 10,000,000GBP in the aggregate OR evidence of a care and treatment extension within the public liability policy, for no less than 10,000,000GBP;
Motor vehicle Insurance, if vehicles are used at all for this Contract and any related ISC (i.e. for attending council premises for supplier performance monitoring meetings), Statutory Third Party insurance; please provide evidence by way of a valid Motor Vehicle (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.
Technical Experience
Providers must provide 2 examples of previous experience in delivering similar services which must include evidence of registration with the Care Inspectorate to deliver both a Housing Support Service and a Support Service - Care at Home. Providers’ will also be required to have a minimum grade of 4 for the Care and Support/ How well do we support peoples wellbeing theme in their last inspection and minimum grades of 3 in all other themes.
Quality management policy required.
Providers must have a Health and Safety Policy which includes risk assessments.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25670. 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 ISC’s) 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:770589)
VI.4) Procedures for review
VI.4.1) Review body
Court of Session
Parliament Square
Edinburgh
EH1 1RQ
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 a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or Court of Session.
VI.5) Date of dispatch of this notice
28/06/2024