Contract award notice
Results of the procurement procedure
Section I: Contracting 
        entity
      
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.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.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
  II.1.7) Total value of the procurement
  Value excluding VAT: 
				140 000 000.00 
				  GBP
 
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
    
                    Quality criterion: Technical Questions
                    / Weighting: 90%
    
                    Quality criterion: Community Benefits
                    / Weighting: 5%
    
                    Quality criterion: Fair Working Practices
                    / Weighting: 5%
    
                    Price
                    
                      / Weighting: 
                      Pass/Fail
    II.2.11) 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 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
  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:
  2024/S 000-040663
 
Section V: Award of contract
          Contract No: RC-CPU-23-048
        A contract/lot is awarded:
        
        Yes
      
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/05/2025
V.2.2) Information about tenders
                Number of tenders received: 26
                Number of tenders received from SMEs: 26
                Number of tenders received from tenderers from EU Member States: 0
                Number of tenders received from tenderers from non-EU Member States: 26
                Number of tenders received by electronic means: 26
              The contract has been awarded to a group of economic operators:
              
        Yes
      
V.2.3) Name and address of the contractor
  All Care Services Ltd
  2 , Grampian Court , Beveridge Square
  Livingston
  EH54 6QF
  UK
  
            NUTS: UKM83
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  Call-In Homecare
  Call-In Homecare, 2 Anderson Place, Sugar Bond
  Edinburgh
  EH6 5NP
  UK
  
            NUTS: UKM83
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  Care1 Professional Services LTD
  69 Buchanan Street , Suite 324
  Glasgow
  G1 3HL
  UK
  
            NUTS: UKM82
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  Caring Hearts Limited
  301A - C Embroidery Mill Building, Abbey Mill Business Centre
  Paisley
  PA1 1TJ
  UK
  
            NUTS: UKM83
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  HRM Homecare Services Ltd
  75 LONDON RD
  GLASGOW
  KA3 7BP
  UK
  
            NUTS: UKM83
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  Independent Lifestyle limited trading as Compcare
  21 Roman Road
  Glasgow
  G61 2SR
  UK
  
            NUTS: UKM83
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  Invercare Services Ltd
  Inver House Business Centre, Suite 1 9 Ardgowan Square
  Greenock
  PA16 8ET
  UK
  
            NUTS: UKM83
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  M-Verth Ltd
  Mirren Court Three, 123 Renfrew Road
  Paisley
  PA3 4EA
  UK
  
            NUTS: UKM83
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  Oncall Care Service Ltd
  121 Moffat Street
  Glasgow
  G5 0ND
  UK
  
            NUTS: UKM83
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  Scotia Homecare Solutions Limited
  The E-Centre, Cooperage Way, Business Village, Cooperage Way
  ALLOA
  FK10 3LP
  UK
  
            NUTS: UKM83
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  Wheatley Care
  Wheatley House, 25 Cochrane Street
  Glasgow
  G1 1HL
  UK
  
            NUTS: UKM83
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  SCRT Limited
  SC346942
  14 City Quay, Camperdown Street
  Dundee
  DD1 3JA
  UK
  
            NUTS: UKM83
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  WilKerr Care Services Ltd
  Mirren Court One
  Renfrew
  PA3 4EA
  UK
  
            NUTS: UKM83
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  Integrity Social Care Solutions
  SC576777
  7 Flexspace 15 Pitreavie Court, Queensferry Road,
  Dunfermline
  KY11 8UU
  UK
  
            NUTS: UKM83
  The contractor is an SME:
        Yes
      
 
                V.2.4) Information on value of the contract/lot (excluding VAT)
              
Total value of the contract/lot: 
					: 140 000 000.00 
					  GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
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.
(SC Ref:802740)
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
22/07/2025