Social and other specific services – public contracts
Contract notice
Section I: Contracting
authority
I.1) Name and addresses
West Dunbartonshire Council
16 Church Street
Dumbarton
G82 1QL
UK
Contact person: Jennifer Darkins
Telephone: +44 1389737000
E-mail: Corporate.Procurement@west-dunbarton.gov.uk
NUTS: UKM81
Internet address(es)
Main address: http://www.west-dunbarton.gov.uk/business/suppliers/procurement/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153
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
Supporting Community Independence - Care at Home Framework for Adults
Reference number: 2425-01
II.1.2) Main CPV code
85310000
II.1.3) Type of contract
Services
II.1.4) Short description
This procurement exercise is to establish a Flexible Framework Agreement in accordance with Regulations 74-76 of the Public Contracts(Scotland) Regulations 2015 for the provision of Care at Home Services for Adults.
New Entrants can to be admitted after the Flexible Framework has been established.
West Dunbartonshire Council are seeking to appoint Providers on to a Flexible Framework for the provision of Care at Home Services which will be delivered to Supported Persons residing within West Dunbartonshire and who are clients of the Council acting on behalf of West Dunbartonshire Health and
Social Care Partnership (HSCP).
The value provided in II.1.5 is an ESTIMATE only for the total period of the Flexible Framework of 5 years, with an option to extend a further 2 years.
II.1.5) Estimated total value
Value excluding VAT:
25 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Clydebank and surrounding areas
II.2.2) Additional CPV code(s)
33180000
70333000
II.2.3) Place of performance
NUTS code:
UKM81
II.2.4) Description of the procurement
West Dunbartonshire Council are seeking to appoint suitably qualified, experienced and registered Providers onto an open and flexible Care at Home Framework for Adults.
The Services required under the terms of this Flexible Framework are those which fall under Self-Directed Support (Scotland) Act 2013 (SDS) Options 2 and 3.
The Service shall be delivered in a range of ways including providing personal care, personal support and housing support within Supported Persons own homes, 24 hours a day, 7 days per week, each day per year.
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Dumbarton, Vale of Leven and surrounding areas
II.2.2) Additional CPV code(s)
33180000
70333000
II.2.3) Place of performance
NUTS code:
UKM81
II.2.4) Description of the procurement
West Dunbartonshire Council are seeking to appoint suitably qualified, experienced and registered Providers onto an open and flexible Care at Home Framework for Adults.
The Services required under the terms of this Flexible Framework are those which fall under Self-Directed Support (Scotland) Act 2013 (SDS) Options 2 and 3.
The Service shall be delivered in a range of ways including providing personal care, personal support and housing support within Supported Persons own homes, 24 hours a day, 7 days per week, each day per year.
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
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
Please refer to section VI.3 for financial checks and insurance requirements under this Contract.
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
It is a material condition of this Contract that as at the Commencement Date and throughout the contract period the Provider shall have in respect of the Services a current certificate of registration under the Regulation of Care (Scotland) Act 2001 as a Care at Home Service.
The Provider must have at the time of submission of the tender and at the time of the award being issued Care Inspectorate grades of 3 (adequate) and above across all areas of performance examined during inspections which cover “Quality of Care and Support”, “Quality of Staffing” and “Quality of Management and Leadership” or an equivalent Care Inspectorate framework criteria.
Any Provider who is newly registered must obtain at its first inspection and thereafter maintain the aforementioned Care Inspectorate grades.
Tenderers should provide Registration number(s) and any supporting information at Section 4A.2 in the SPD
III.2.2) Contract performance conditions
It is a condition of this contract that as at the Commencement Date and throughout the entire contract period the Provider shall have a current certificate of registration under the Regulation of Care (Scotland) Act 2001 as a Care at Home Service. The Provider must maintain a minimum score of 3 (adequate) in each key questions inspected. Any Provider who is newly registered must obtain at its first inspection a minimum score of 3 (adequate) across all key questions inspected and thereafter maintain a score of 3 (adequate) or higher for the duration of 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: These services come within the ‘Social and Other Specific Services’ category as defined in, and subject to, the procurement regimes set out in section 7 of the Public Contracts (Scotland) Regulations 2015, commonly known as the Light Touch Regime. The duration of the Flexible Framework Agreement is a maximum of 84 months, for the purposes of business continuity and sustainability.
IV.1.11) Main features of the award procedure:
The scope of Services to be provided under the Flexible Framework falls within the definition of a “social and other specific” service under the Public Contracts (Scotland) Regulations 2015 and therefore the Flexible Framework is not subject to the full requirements of the aforementioned regulations.
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/12/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Minimum level(s) of standards required:
Turnover - Bidders must demonstrate and annual turnover for each of the 2 previous years of greater than 50,000.00 GBP.
Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing.
- (Ratio 1) Acid Test – (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1.
- (Ratio 2) Return on Capital Employed %– Profit/Capital employed. To pass this question the Council require the bidder to score a
positive figure/Percentage.
- (Ratio 3) Current Ratio – Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than 1.
Insurance
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract,
the types and levels of insurance indicated below:
Q4B.5.1a Professional Risk Indemnity Insurance - 5 million GBP
Q4B5.1b Employers (Compulsory) Liability Insurance – 10 million GBP
Q4B.5.2 Public Liability Insurance – 10 million GBP
Q4B 5.2 Professional Indemnity (Including Administration of Medication) = 5 million GBP
Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27858. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
If the spend with a provider is more then 50,000GBP per year Social Benefits will be required.
(SC Ref:791256)
VI.4) Procedures for review
VI.4.1) Review body
Dumbarton Sheriff Court and Justice of the Peace Court
Sheriff Court House, Church Street
Dumbarton
G82 1QQ
UK
E-mail: Corporate.Procurement@west-dunbarton.gov.uk
VI.5) Date of dispatch of this notice
13/10/2025