Social and other specific services – public contracts
Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Aberdeenshire Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
UK
Contact person: Neil Stephenson
Telephone: +44 1467530600
E-mail: neil.stephenson@aberdeenshire.gov.uk
NUTS: UKM50
Internet address(es)
Main address: http://www.aberdeenshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00232
I.3) Communication
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 agency/office
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Wrap Around Care
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Wrap around Care is a way of working which seeks to design and provide an extensive range of care and support that helps families meet the needs of their children, including the need to maximise the benefits of local educational provision. This will increase the social opportunities and social inclusion for children and young people with disabilities and/or additional support needs, and the services will focus on life-skills and social-skills. The age range is 5-18 years.
All the services under the framework will be funded on a spot purchase basis.
II.1.5) Estimated total value
Value excluding VAT:
3 417 115.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.2) Description
Lot No: 1
II.2.1) Title
Banff, Turriff, Huntly and Fraserburgh
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKM50
Main site or place of performance:
Banff, Turriff, Huntly and Fraserburgh.
II.2.4) Description of the procurement
Wrap around care.
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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
3 years plus 2 potential 1-year extensions — see PCST for important documents.
Lot No: 2
II.2.1) Title
Ellon, Peterhead, Mintlaw, and Strichen
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKM50
II.2.4) Description of the procurement
Wrap around care.
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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
3 years plus 2 potential 1-year extensions — see PCST for important documents.
Lot No: 3
II.2.1) Title
Inverurie, Oldmeldrum, Kemany. Westhill, and Alford
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKM50
II.2.4) Description of the procurement
Wrap around care.
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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
3 years plus 2 potential 1-year extensions — see PCST for important documents.
Lot No: 4
II.2.1) Title
Aboyne, Banchory, Stonehaven, Portlethen, and Laurencekirk
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKM50
II.2.4) Description of the procurement
Wrap around care.
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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
3 years plus 2 potential 1-year extensions — see PCST for important documents.
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.1.11) Main features of the award procedure:
The contract will be awarded following evaluations through PCST.
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
26/11/2018
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.3) Additional information
PCST Question Economic and Financial Standing 4B.4: the bidder confirms the name, value and/or range of the financial ratios specified in the relevant Contract Notice are as follows:
Bidders will be required to state the values for the following ratio(s):
— current ratio (current assets/current liabilities): 1 this indicates the availability of working capital,
— quick ratio (available cash/current liabilities): 1 this indicates liquidity level,
— gearing (loans x 100/shares and reserves, as %) this indicates extent to which the business is funded by debt,
— ROCE (Return on Capital Employed) (Profit before interest and tax x 100/capital, expressed as a %) this indicates profitability.
PCST Question Economic and Financial Standing: insurance: the bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice.
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 minimum levels of insurance indicated below:
— employer’s liability insurance = 10 000 000 GBP,
— public liability insurance = 5 000 000 GBP.
PCST Question 1.74.2 4C.1.2: for public supply and public service contracts only: please provide relevant examples of supplies and/or services carried out during the last 3 years as specified in the Contract Notice.
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described. A minimum of 2 examples will be required
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 12128
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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
2 community benefits as noted on PCST:
— workforce matters,
— innovation/case studies.
(SC Ref:560729)
VI.4) Procedures for review
VI.4.1) Review body
Aberdeenshire Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
UK
Telephone: +44 1467530600
Internet address(es)
URL: http://www.aberdeenshire.gov.uk
VI.5) Date of dispatch of this notice
12/10/2018