Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Provision of EH1 — Young People's Services

  • First published: 17 May 2019
  • Last modified: 17 May 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
City of Edinburgh Council
Authority ID:
AA20376
Publication date:
17 May 2019
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The City of Edinburgh Council requires a service provider who can provide the support that meets the requirements for EH1 — young people’s services.

The young people's service has been working with an external provider to provide additional support to young people and their families. The provider delivers support to young people and families to meet the needs and risks of the child and/or their families as identified through assessment. This support is in addition to the support given by the Lead Professional/YPS.

The additional support service is known as the EH1 young people’s service and has been running since 2015. This service was developed as part of the balance of care agenda to reduce the number of children and young people escalating through the care system. EH1 seeks to provide a flexible approach to children/young people and their families who require an enhanced level of support to reduce the risk of being accommodated or placement breakdown.

The service and the specification has been reviewed with no major changes made. Key elements of the EH1 Service include:

Available 52 weeks per year;

Available between 09.00 and 22:00 on Mondays to Fridays;

Available between 10:00 and 18:00 on Saturdays and Sundays;

Minimum of 4 hours direct service to an individual young person and their family (excluding travel time) per week with a maximum of 10 hours per week;

Caseloads average 14 per week but may go up to a maximum of 18;

Allocation of one worker or 2 maximum per child/family at any one time; and

Staff to be based in City of Edinburgh Council offices and have access to SWIFT social work system.

Full notice text

Social and other specific services – public contracts

Contract award notice

Section I: Contracting authority

I.1) Name and addresses

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

UK

Contact person: Lynn Hemsley

Telephone: +44 1314693922

E-mail: lynn.hemsley@edinburgh.gov.uk

NUTS: UKM75

Internet address(es)

Main address: http://www.edinburgh.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290

I.2) Joint procurement

The contract is awarded by a central purchasing body

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 EH1 — Young People's Services

Reference number: CT2579

II.1.2) Main CPV code

85300000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The City of Edinburgh Council Young People's Services requires an external provider to deliver additional support to young people and their families. The provider will deliver support to meet the needs and risks of the child and/or their families as identified through assessment. This support is in addition to support provided by the Lead Professional/YPS.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 624 954.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

85312000

II.2.3) Place of performance

NUTS code:

UKM75


Main site or place of performance:

The City of Edinburgh.

II.2.4) Description of the procurement

The City of Edinburgh Council requires a service provider who can provide the support that meets the requirements for EH1 — young people’s services.

The young people's service has been working with an external provider to provide additional support to young people and their families. The provider delivers support to young people and families to meet the needs and risks of the child and/or their families as identified through assessment. This support is in addition to the support given by the Lead Professional/YPS.

The additional support service is known as the EH1 young people’s service and has been running since 2015. This service was developed as part of the balance of care agenda to reduce the number of children and young people escalating through the care system. EH1 seeks to provide a flexible approach to children/young people and their families who require an enhanced level of support to reduce the risk of being accommodated or placement breakdown.

The service and the specification has been reviewed with no major changes made. Key elements of the EH1 Service include:

Available 52 weeks per year;

Available between 09.00 and 22:00 on Mondays to Fridays;

Available between 10:00 and 18:00 on Saturdays and Sundays;

Minimum of 4 hours direct service to an individual young person and their family (excluding travel time) per week with a maximum of 10 hours per week;

Caseloads average 14 per week but may go up to a maximum of 18;

Allocation of one worker or 2 maximum per child/family at any one time; and

Staff to be based in City of Edinburgh Council offices and have access to SWIFT social work system.

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

See tender documentation and Supply Market Awareness Event Q&A.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.11) Main features of the award procedure:

Price is not the only award criterion and all criteria are stated in the tender documents.

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2019/S 009-017394

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

14/05/2019

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Action for Children

3 The Boulevard (Company Registered Address), Ascot Road

Watford, Hertfordshire

WD18 8AG

UK

Telephone: +44 1415509010

NUTS: UKM

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 624 954.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

Part III Section A, B, C and D — Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015 [for above OJEU threshold)/8 and 9 of the Procurement (Scotland) Regulations 2016 (below OJEU threshold).

Part IV: Selection criteria — B: Economic and financial standing – Question 4B.1a — Tenderers are required to have a minimum “general” annual turnover of 249 294 GBP in each of the last 2 financial years.

Where a tenderer does not have an annual turnover of this value, the Council may exclude the tenderer from the competition or may apply discretion seeking supporting evidence to determine the tenderer’s suitability to proceed in the competition.

Part IV: Selection criteria — B: Economic and financial standing – Question 4B.4 — Tenderers will be required provide the following information in response to 4B.4:

Current ratio for current year: >1.10

Current ratio for prior year: >1.10

The formula for calculating a tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.10.

Where a tenderer’s current ratio is less than the acceptable value, the Council may exclude the tenderer from the competition or may apply discretion seeking supporting evidence to determine the tenderer’s suitability to proceed in the competition.

Part IV: Selection criteria — B: Economic and financial standing – Question 4B.5 — Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

(b) employers (compulsory) liability insurance: 5 000 000 GBP

(c) public liability insurance: 10 000 000 GBP.

Where a tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the tenderer from the competition.

Contract specific mandatory criteria

Part IV: Selection criteria — D: Quality Assurance Standards – Question 4D.1 — It is a mandatory requirement that tendering organisations with more than 5 employees have in place a health and safety policy which is endorsed by the chief executive officer, or equivalent. within the organisation and is reviewed regularly. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation and compliance with legislation. Bidders should confirm that this condition has been met within the response to this question. Where a bidder does not have a health and safety policy and is required to do so, the Council may exclude the Bidder from the competition.

And

Tenderers are required to ensure that all staff members associated with this service hold Protection of Vulnerable Groups (PVG) membership which is managed and delivered by disclosure Scotland. In addition, staff will be required to have an enhanced disclosure. Further details of disclosure Scotland can be found at https://www.mygov.scot/disclosure-types/

It will be the ongoing responsibility of the provider to ensure disclosure Scotland certification is up to date.

Where compulsory professional registration applies to staff associated with this service, the provider must ensure that staff are registered in the appropriate part of the Scottish Social Services Council (SSSC) register as required.

(SC Ref:583856)

VI.4) Procedures for review

VI.4.1) Review body

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

UK

Telephone: +44 1314693922

Internet address(es)

URL: http://www.edinburgh.gov.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may:

1) Award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose;

2) Be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the contract award notice being published in the OJEU or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.

VI.5) Date of dispatch of this notice

14/05/2019

Coding

Commodity categories

ID Title Parent category
85300000 Social work and related services Health and social work services
85312000 Social work services without accommodation Social work services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
lynn.hemsley@edinburgh.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.