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
Telephone: +44 1467539600
E-mail: smelvin@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
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
Care At Home & Housing Support Service in Victoria Grange Very Sheltered Housing, Aberdee
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Aberdeen City Health & Social Care Partnership require the provision of a combined care at home and housing support service at Victoria
Grange Very Sheltered Housing Complex, Dyce, Aberdeen.
The duration of the contract will be from 1st April 2024 to 31 March 2027; there will also be an optional 2 year extension.
The contract will be block funded and the funding for the three years will be a maximum of GBP1,976,400. Any subsequent agreed uplifts
will be applied to this figure.
II.1.5) Estimated total value
Value excluding VAT:
1 976 400.00
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:
Aberdeen City
II.2.4) Description of the procurement
Aberdeen City Health & Social Care Partnership require the provision of a combined care at home and housing support service at Victoria
Grange Very Sheltered Housing Complex, Dyce, Aberdeen.
The duration of the contract will be from 1st April 2024 to 31 March 2027; there will also be an optional 2 year extension.
The contract will be block funded and the funding for the three years will be a maximum of GBP1,976,400. Any subsequent agreed uplifts
will be applied to this figure.
II.2.6) Estimated value
Value excluding VAT:
1 976 400.00
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
3 year contract plus optional 2 years extension. The funding figure is for 3 years.
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.1.11) Main features of the award procedure:
Open procedure
The contract will be awarded using MEAT. The Quality/Price ratio is 95/5
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-022620
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/11/2023
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 = 10m
Public Liability Insurance = 5m
(add any others in the same format)
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25368. 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:
Fair Work Practice, Carbon Reduction, Innovation
Further information is in the tender overview which will be published on PCS-T
(SC Ref:747256)
VI.4) Procedures for review
VI.4.1) Review body
Aberdeen Sheriff Court
Castle Street
Aberdeen
AB10 1WP
UK
Internet address(es)
URL: www.scotcourts.gov.uk
VI.5) Date of dispatch of this notice
11/10/2023