Social and other specific services – public contracts
Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Aberdeen City Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
UK
Contact person: Catherine King
Telephone: +44 1467530600
E-mail: catking@aberdeencity.gov.uk
NUTS: UKM50
Internet address(es)
Main address: http://www.aberdeencity.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00231
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
2020 Social Care Aberdeen City Adult Supported Living Services
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Aberdeen City Council requires the provision of supported living services for adults, living in all areas of Aberdeen, who need assistance to establish or maintain independent living. There services are to be provided to adults with varying needs who may have learning disabilities, physical disabilities, mental health difficulties or acquired brain injuries and those that have substance misuse problems and forensic histories. This tender is currently live on PCS-T but changes have been made to the timetable and the tender overview.
II.1.5) Estimated total value
Value excluding VAT:
41 700 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKM50
Main site or place of performance:
Aberdeen City.
II.2.4) Description of the procurement
Aberdeen City Council requires the provision of supported living services for adults, living in all areas of Aberdeen, who need assistance to establish or maintain independent living. There services are to be provided to adults with varying needs who may have learning disabilities, physical disabilities, mental health difficulties or acquired brain injuries and those that have substance misuse problems and forensic histories.
Supported living offers a community-based option for adults with disabilities for whom low level visiting support and residential care home placements are not appropriate to meet assessed needs. The services will be provided to adults with moderate, substantial and critical levels of need linked to eligibility criteria that are owner-occupiers or principal house-holders in tenancies in a range of settings that include dispersed single occupancy properties; shared tenancies; houses of multiple occupation; and core and cluster, project-based and extra-care model resources.
Support will include personal care, housing support, and social care. Support will be personalised, based on an assessment of the individual’s strengths and needs and will enable people to achieve individual outcomes.
An enhanced supported living service may be commissioned for adults whose assessed needs, which may include complex health or behavioural needs, have identified a requirement for such a service. This tender is currently live on PCS-T but changes have been made to the timetable and tender overview.
II.2.6) Estimated value
Value excluding VAT:
41 700 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.4) Objective rules and criteria for participation
Bidders must confirm that they are appropriately registered with the Care Inspectorate for the services required.
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described. A minimum of two examples will be required.
III.2) Conditions related to the contract
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
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
30/06/2020
Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.3) Additional information
1) The Council shall obtain a Creditsafe credit check and will score bidders accordingly:
71 — 100 very low risk – accept
51 — 70 low risk — accept
30 — 50 moderate risk – subject to further discussion internally with the option to reject.
21-29 high risk – subject to further discussion internally with the option to reject.
1-20 very high risk – reject.
2) Please state current turnover (if contract value is over 50 % of reported turnover, further discussion will be had internally with the option to reject).
3) If you are under no obligation to publish accounts on Companies House and/or do not have a comprehensive credit rating then provide audited financial accounts for the previous 2 years. Both quick and current ratios should be a minimum of 1:1.5 for the 2 successive years. Bidders whose ratios do not meet the minimum criteria will be rejected. Bidders who can provide audited accounts but chose not to do so shall be rejected.
4) Bidders who have been trading for less than 1 year and cannot provide audited accounts must submit the cash flow for the current year and a letter from the bank outlining the current cash and credit position for the current year and subsequent year. This will be subject to internal discussion with the option to reject.
5) If bidder still does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their submission is supported by a parent company guarantee.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s liability insurance = GBP 10 000 000
Public liability insurance = GBP 5 000 000
Please note that there can be a delay of up to 5 days between the publication of the contract notice on public contracts scotland and the availability of the tender documents on public contracts Scotland-Tender.
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 15954. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The contracting authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Framework agreement terms state
22.1 Except to the extent expressly set out elsewhere in the framework agreement, neither party will assign or sub-contract any or all of their responsibilities under this framework agreement without the prior consent, in writing, of the other party.
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
The Council considers the delivery of high quality public services to be inextricably linked with workforces that are well-rewarded, well-motivated, well-led, have access to appropriate opportunities for training and skills development, recognise and respect diversity and are involved in some key decision making affecting them. These factors are also considered to be important for workforce recruitment and retention, and thus continuity of service.
In order to ensure the highest standards of service quality in this contract we expect contractors to take a similarly positive approach to fair work practices as part of a fair and equitable employment and reward package.
Additional community benefits objectives for this procurement are outlined in the ‘community benefits project plan’.
(SC Ref:621517)
VI.4) Procedures for review
VI.4.1) Review body
Aberdeen Civil Justice Centre and Commercial Courts
Queen Street
Aberdeen
AB10 1AQ
UK
VI.5) Date of dispatch of this notice
14/05/2020