Social and other specific services – public contracts
Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Falkirk Council
The Foundry, 4 Central Park, Central Boulevard
Larbert
FK5 4RU
UK
Telephone: +44 1324506566
E-mail: cpu@falkirk.gov.uk
NUTS: UKM76
Internet address(es)
Main address: http://www.falkirk.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.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
Provision of Care Homes for Adults under 65
Reference number: AS/007/24
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Support Arrangements made under the Adults Care Homes Under 65 Framework for individuals with Learning Disability/Autism, Mental Health, Physical Disabilities and Drugs and Alcohol Related Brain Injury and who may also have complex needs and/or display some signs of stress and distress.
The Framework will be categorised into four separate lots and it is anticipated that Providers will tender for the lot(s) relevant to their Care Inspectorate Registration which details their Care Category and Service Type Detail.
II.1.5) Estimated total value
Value excluding VAT:
140 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.2) Description
Lot No: 1
II.2.1) Title
Care Homes for Adults under 65 with LD
II.2.2) Additional CPV code(s)
85310000
85311000
85320000
85300000
II.2.3) Place of performance
NUTS code:
UKM76
II.2.4) Description of the procurement
This lot is for individuals with LD/Autism who may have a range of complex needs and display signs of stress and distress, but not limited to including autism spectrum disorder, physical disabilities, sensory impairment, complex health needs, restricted communication and behaviour which challenges services, mental health needs, offending behaviour, or a combination of these.
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2024
End:
31/03/2031
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
It is the intention of the Council that any Framework Agreement resulting from this ITT will commence on 1st April 2024 for a period of 4 years. At the Council’s sole option, any Framework Agreement may be extended for up to a further 36 months.
Lot No: 2
II.2.1) Title
Care Homes for Adults under 65 with MH
II.2.2) Additional CPV code(s)
85310000
85311000
85320000
85300000
II.2.3) Place of performance
NUTS code:
UKM76
II.2.4) Description of the procurement
This lot is for individuals with mental health disabilities who may have a range of complex needs and display signs of stress and distress, but not limited to including schizophrenia, bipolar or manic-depressive disorder, depression, anxiety disorder, severe affective disorder, personality disorder, disorders resulting from previous addiction, eating disorders and self-harming behaviours, past/current trauma, and gender-based issues. Individuals within this category are typically individuals who have been diagnosed as having a severe and enduring mental illness and are acutely unwell or have long term mental illness which significantly impacts their functioning and motivation to care independently for themselves and their ability to sustain relationships. They may lead chaotic lifestyles leading to recurring crises and may also present significant risk to their own safety or that of others.
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2024
End:
31/03/2031
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
It is the intention of the Council that any Framework Agreement resulting from this ITT will commence on 1st April 2024 for a period of 4 years. At the Council’s sole option, any Framework Agreement may be extended for up to a further 36 months.
Lot No: 3
II.2.1) Title
Care Homes for Adults under 65 with PD
II.2.2) Additional CPV code(s)
85310000
85311000
85320000
85300000
II.2.3) Place of performance
NUTS code:
UKM76
II.2.4) Description of the procurement
This lot is for individuals with physical disabilities who may have a range of complex needs and display signs of stress and distress but not limited to physical, neurological, and social needs. These health care issues may include hearing, speech or visual impairment, Alzheimer’s, dementia, epilepsy, diabetes, or a stroke. Other health care issues that may require more complex care include but are not limited to brain damage, spinal cord injuries, multiple sclerosis, muscular dystrophy, ventilators, gastrostomy feed needs such as PEG, supra pubic catheters, epilepsy, Parkinson’s disease, Huntington’s disease, hypoxic brain injury, COPD, previous drug/alcohol abuse, subarachnoid haemorrhage, alcohol related brain injury, Lewy body dementia, bariatric clients, battens disease, down syndrome, clients who may require suction and piped oxygen, tracheostomy (which may only be available in specific care homes) - list not exhaustive.
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2024
End:
31/03/2031
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
It is the intention of the Council that any Framework Agreement resulting from this ITT will commence on 1st April 2024 for a period of 4 years. At the Council’s sole option, any Framework Agreement may be extended for up to a further 36 months.
Lot No: 4
II.2.1) Title
Care Homes for Adults under 65 with Drugs and Alcohol Related Brain Injury
II.2.2) Additional CPV code(s)
85310000
85311000
85320000
85300000
II.2.3) Place of performance
NUTS code:
UKM76
II.2.4) Description of the procurement
This lot covers individuals with drugs and alcohol related brain injury (ARBI) who may have a range of complex needs and display signs of stress and distress.
ARBI refers to a large spectrum of disorders which affect cognition, achieved through excessive alcohol consumption (Alzheimer’s Society, 2015). This can lead to physical and mental impairments and most individuals with ARBI will exhibit problems with short term memory and recall associated with change and damage to the frontal lobe of the brain.
These changes often result in cognitive impairments, which can interfere with an individual’s ability to function independently, specifically in areas such as memory, attention, planning, judgement, and processing of new information. These difficulties are often accompanied by personality and behavioural changes, which can result in increased risk behaviour. Importantly, ARBI has the potential for recovery. Evidence suggests that 75% of patients diagnosed with ARBI have scope for some level of recovery with the right treatment and rehabilitation. The remaining 25% are likely to halt any deterioration with abstinence.
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2024
End:
31/03/2031
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
It is the intention of the Council that any Framework Agreement resulting from this ITT will commence on 1st April 2024 for a period of 4 years. At the Council’s sole option, any Framework Agreement may be extended for up to a further 36 months.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.4) Objective rules and criteria for participation
Registration with the Care Inspectorate (CI) and Scottish Social Services Council in accordance with Regulation of Care (Scotland) Act 2001 for delivery of services under this Framework Agreement.
Providers must have and maintain a CI grade of four (4) or above for all Key Questions.
A Provider awarded a CI grade of three (3) must demonstrate that they have a robust Service Improvement Plan in place agreed with the CI.
It is a requirement that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the
following types/levels of insurance as a minimum:
Employer's (Compulsory) Liability Insurance = 10M GBP
Public Liability Insurance = 10M GBP
Professional Indemnity Insurance = 5M GBP
Medical Malpractice - 5M GBP
Providers must commit to the principles of Fair Work First including confirmation of payment of the Real Living Wage.
Pass the assessment for mandatory and discretionary grounds for exclusion.
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:
Registration with the Care Inspectorate and Scottish Social Services Council in accordance with Regulation of Care (Scotland) Act 2001 as amended.
Bidders should provide Registration number(s) etc at Section 4A.2 in the SPD.
III.2.2) Contract performance conditions
During the course of the framework agreement, providers will be required to maintain relevant registration with the Care Inspectorate and strive to ensure that they maintain a grade of 4 or above across all key questions.
Providers must maintain a satisfactory risk rating via Falkirk HSCP contract monitoring.
Providers must comply with Fair Work First commitments including payment of the Real Living Wage.
Providers must comply with their commitments on Community Benefits, Climate Change and Modern Slavery.
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: Health & Social Care Framework that can permit new entrantsthroughout it's duration.
IV.1.10) Identification of the national rules applicable to the procedure:
Information about national procedures is available at: (URL)
https://www.legislation.gov.uk/ssi/2015/446/part/2/chapter/3/crossheading/social-and-other-specific-services/made
IV.1.11) Main features of the award procedure:
Please refer to Schedule 1 - Instructions to Tenderers
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
05/02/2024
Local time: 11:00
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 scope of services to be provided under this Framework falls within the definition of social and other specific services in Schedule 3 to the Public Contracts (Scotland) Regulations 2015 ("the Regulations") and therefore the procurement process shall be subject to the requirements of section 7 of the Regulations.
SPPN 7/2021 may apply.
Reserve right to open Framework to new entrants. New Entrants will be subject to the same requirements as detailed in this Contract Notice and Tender Documents. New Entrants can apply by making initial contact to cpu@falkirk.gov.uk.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=753122.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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:
Please refer to tender documents.
(SC Ref:753122)
VI.4) Procedures for review
VI.4.1) Review body
Court of Session
Edinburgh
UK
VI.5) Date of dispatch of this notice
09/01/2024