Social and other specific services – public contracts
Contract notice
Section I: Contracting
authority
I.1) Name and addresses
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
UK
E-mail: lynseybennett@north-ayrshire.gov.uk
NUTS: UKM93
Internet address(es)
Main address: http://www.north-ayrshire.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
I.1) Name and addresses
East Ayrshire Council
Corporate Procurement Team, London Road HQ
Kilmarnock
KA3 7BU
UK
Telephone: +44 1563576000
E-mail: procurement@east-ayrshire.gov.uk
NUTS: UKM93
Internet address(es)
Main address: http://www.east-ayrshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223
I.1) Name and addresses
South Ayrshire Council
County Buildings, Wellington Square
Ayr
KA7 1DR
UK
Telephone: +44 3001230900
E-mail: procurement@south-ayrshire.gov.uk
NUTS: UKM94
Internet address(es)
Main address: http://www.south-ayrshire.gov.uk/procurement/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00405
I.2) Joint procurement
The contract involves joint procurement
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
Autism Information, Advice and Support Services
Reference number: NAC/5157
II.1.2) Main CPV code
85300000
II.1.3) Type of contract
Services
II.1.4) Short description
North Ayrshire Council are seeking to appoint a suitably qualified service provider to deliver autism information, advice and support services. The service will support people from across Ayrshire who have personal or professional questions regarding autism.
The service will be delivered across all Ayrshire authorities, inclusive of East Ayrshire Council, North Ayrshire Council and South Ayrshire Council.
The contract will be for a period of 3 years with the option to extend for a up to a further 24 months.
The contract will be let under North Ayrshire Council's Terms and Conditions of Contract for Health and Social Care Services.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85000000
85310000
85312000
85312300
85312310
85312400
II.2.3) Place of performance
NUTS code:
UKM93
UKM94
Main site or place of performance:
East Ayrshire Council, North Ayrshire Council, South Ayrshire Council
II.2.4) Description of the procurement
Core service delivery will offer the following supports as a minimum across the term of the contract:
- One-to-one advice, information and guidance delivered in a person-centred manner across a wide variety of platforms (face-to-face, telephone, text, email and Microsoft Teams)
- 8 week workshops focussing on parent and carers and how to support their child/young person
- Provide relevant and timely information, advice, and signposting to individuals living with Autism. This will include families and carers.
- Create strong working partnerships with clinical and non-clinical statutory services who work with the same client group.
- Develop strong working partnerships with third sector and community support groups who work with the same client group.
- Collaborate and work with other organisations to share knowledge and best practice.
- Identify development opportunities and utilise all available training
- Provide a high-quality service that is informative and person-centred.
- Encourage and support service users to enhance their existing and acquire additional skills, thereby promoting their independence.
- Encourage and support service users to develop the skills to become included in their community to the degree that is desirable to them, thereby reducing social isolation.
The service will be required to manage resources effectively and meet all specified targets.
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2024
End:
31/03/2027
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 contract may be extended for up to a further 24 months.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.4) Objective rules and criteria for participation
Bidders may be excluded if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Bidders must have a minimum yearly “specific” turnover of 198,000GBP for the last 3 years in the business area covered by the contract.
NAC reserve the right to review the bidder's financial information using company watch at tender stage and throughout the contract. If the bidder’s financial health score is 25 or less, further information will be requested to ensure the equivalent economic and financial standing is adhered too. If this is not satisfactory, the bidder will be excluded from the process. Bidders who can't meet the required level of turnover will be excluded from the process. Where turnover information is not available, the bidder must state the date which they were set up or started trading.
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:
All staff employed in the delivery of this contract must be PVG registered (or equivalent).
III.2.2) Contract performance conditions
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:
Employer’s (Compulsory) Liability Insurance = 10,000,000 GBP in respect of any one event
http://www.hse.gov.uk/pubns/hse40.pdf
Public Liability Insurance = minimum 5,000,000 GBP in respect of any one event
Third-Party Motor Vehicle Insurance - A valid motor vehicle certificate must be held in the company name or (where there is no fleet but rather the company permits its employees to use their personal vehicles for business purposes), a letter signed by a person of appropriate authority - confirming that the company has ongoing arrangements in place to ensure their employees' vehicles are appropriately insured and maintained.
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.1.10) Identification of the national rules applicable to the procedure:
Information about national procedures is available at: (URL)
http://www.gov.scot/Topics/Government/Procurement
IV.1.11) Main features of the award procedure:
This procurement is based on the most economically advantageous tender ("MEAT") on the basis of best price and quality ratio, where price is 20% and quality is 80%. Please see PCS-Tender for further information.
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
19/09/2023
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
Bidders are required to provide 2 examples of services carried out in the past 3 years that demonstrates they have the relevant experience to deliver the services described in the Contract Notice. The services must be of a similar value, size and scope. Unsatisfactory experience will result in exclusion from the tender process.
Bidders must also provide 2 satisfactory references for the same 2 contracts on the reference templates provided. References should be completed and signed by previous customers for contracts of a similar value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.
Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.
Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2C.1.
Lots are not being used for this tender for the reason stated below:
- Nature of the contract not suitable for lots
- Delivery of the contract is location specific
Quality Management Procedures
1. 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 a documented policy regarding quality management, see attachment at SPD question 4D.1.
Environmental Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment at SPD question 4D.2.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24893. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Community benefits will be required on a voluntary basis.
(SC Ref:741727)
VI.4) Procedures for review
VI.4.1) Review body
Kilmarnock Sheriff Court
Sheriff Court House, St Marnock Street
Kilmarnock
KA1 1ED
UK
Telephone: +44 1563550024
Internet address(es)
URL: https://www.scotcourts.gov.uk/
VI.5) Date of dispatch of this notice
15/08/2023