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
Telephone: +44 1467539600
E-mail: SocialCareCPSS@aberdeencity.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.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
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
2023 - Aberdeenshire - Care at Home Services for Children and Young People
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Aberdeenshire Council requires the provision of care at home services which provide outcome focused support and activities for children and young people who have additional support needs, in response to the below strategic priorities.
The contract term is three years plus the option to extend by up to 24 months
II.1.5) Estimated total value
Value excluding VAT:
1 460 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKM5
Main site or place of performance:
Aberdeenshire
II.2.4) Description of the procurement
Aberdeenshire Council requires the provision of care at home services which provide outcome focused support and activities for children and young people who have additional support needs, in response to the below strategic priorities.
The aims of the care at home service are:
-To support children, young people, and their families to achieve the outcomes identified in the child’s plan.
-To deliver services which are aligned to the GIRFEC principles and values and children’s rights.
-To offer a flexible, needs led service throughout Aberdeenshire which is underpinned by children’s rights and The Promise.
-To promote independence by developing life skills and social skills in the children and young people.
-To provide a service which is tailored to the child/young person’s ability rather than chronological age.
-To meet the outcomes specified in the child and young person’s assessment measured using SHANARRI indicators.
-To provide meaningful respite and short breaks opportunities for the children and young people and parents/carers.
-To maximise the use of existing community facilities and services to meet the identified outcomes.
-To provide appropriate activities which contribute towards a successful transition to adult services.
-To provide consistent communication that will ensure parents/carers have clear expectations of what the service can provide.
II.2.6) Estimated value
Value excluding VAT:
1 460 000.00
GBP
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
The contract term is three years plus the option to extend by up to 24 months.
The maximum budget for the service (including two-year optional extension i.e., five years) is GBP1460000
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
Justification for any framework agreement duration exceeding 4 years: Continuity of support and ethical commissioning supports a 5 year duration
IV.1.11) Main features of the award procedure:
Open Procedure.
The contract will be awarded using MEAT. Quality to Price ratio is 80:20. Providers must score a minimum of 50% to be awarded a place on the framework.
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-009832
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
13/11/2023
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
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.
*The following applies if no credit check can be undertaken:
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 two years. Both quick and current ratios should be a minimum of 1:1.5 for the two 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 one 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 = GBP10m
Public Liability Insurance = GBP5m
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25280 . 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Specific Community Benefits objectives for this procurement are as follows:
-Fair Work First (FWF)
-Carbon Reduction
-Volunteering/Work Placement Opportunities
Further information is provided in the tender overview which will be published on PCST
(SC Ref:745951)
VI.4) Procedures for review
VI.4.1) Review body
Aberdeen Sheriff Court
Castle Street
Aberdeen
AB10 1WP
UK
Telephone: +44 1224657200
Internet address(es)
URL: www.scotcourts.gov.uk
VI.5) Date of dispatch of this notice
29/09/2023