Social and other specific services – public contracts
Contract award 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.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.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
210 000 000.00
GBP
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.2.13) 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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
2024/S 000-019839
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
08/11/2024
V.2.2) Information about tenders
Number of tenders received: 33
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 33
Number of tenders received by electronic means: 33
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Active healthcare
Active Healthcare Services 12 Almondvale South Livingston
Livingston
EH54 6NB
UK
NUTS: UKM
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Affinity Trust
1 St.Andrew's Court, Wellington St
Thame
OX93WT
UK
NUTS: UKJ14
The contractor is an SME:
No
V.2.3) Name and address of the contractor
All Care Services Ltd
74 Fulmar Brae, Ladywell
Livingston
EH54 6UU
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Ayrshire Care Solutions
166 Main Street, Auchinleck
Cumnock
KA18 2AS
UK
NUTS: UKM93
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Capability Scotland
Vantage Point, 24 St Johns Road
Edinburgh
EH12 5NZ
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Care Solutions Homecare Limited
6th Floor, Gordon Chambers, 90 Mitchell Street
Glasgow
G1 3NQ
UK
NUTS: UKM
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Community Integrated Care
2 Old Market Court, Miners Way
Widnes, Cheshire
WA8 7SP
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Cornerstone Community Care
The Doges Studios, Templeton Business Centre, 62 Templeton Street
Glasgow
G40 1DA
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Delight Supported Living Ltd
11 Dalrymple Court, Industry Street
Kirkintilloch
G66 3AA
UK
NUTS: UKM
The contractor is an SME:
No
V.2.3) Name and address of the contractor
ENABLE Scotland (leading the Way)
INSPIRE House, 3 Renshaw Place, Eurocentral
Lanarkshire
ML1 4UF
UK
NUTS: UKM
The contractor is an SME:
No
V.2.3) Name and address of the contractor
HRM Homecare Services Ltd
75 LONDON RD
GLASGOW
KA3 7BP
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Key Housing Association Limited
The Square, 70 Renton Street
Glasgow
G4 0HT
UK
NUTS: UKM82
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Living Ambitions Ltd
56 Southwark Bridge Road
London
SE1 0AS
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
McFarlane Trust Ltd.
Unit 902, Abbey Mill Business Centre, 12 Seedhill Road
Paisley
PA1 1JS
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Partners for Inclusion
West Kirk, 84 Portland Street
KIlmarnock
KA3 1AA
UK
NUTS: UKM93
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Quarriers
20 St Kenneth Drive
Glasgow
G514QD
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
RAMH
41 Blackstoun Road
Paisley
PA3 1LU
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Scottish Action for Mental Health
Brunswick House, 51 Wilson Street
Glasgow
G1 1UZ
UK
NUTS: UKM82
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Scottish Autism
Hilton House, Whins Road
Alloa
FK10 3SA
UK
NUTS: UKM83
The contractor is an SME:
No
V.2.3) Name and address of the contractor
SCRT Limited
14 City Quay, Camperdown Street
Dundee
DD1 3JA
UK
NUTS: UKM
The contractor is an SME:
No
V.2.3) Name and address of the contractor
The Richmond Fellowship Scotland Limited
3 Buchanan Gate, Cumbernauld Road
Stepps
G33 6FB
UK
NUTS: UKM
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Turning Point Scotland
54 Govan Road
Glasgow
G511JL
UK
NUTS: UKM83
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Wheatley Care
Wheatley House, 25 Cochrane Street
Glasgow
G1 1HL
UK
NUTS: UKM
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 210 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
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.
(SC Ref:783040)
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
04/02/2025