Social and other specific services – public contracts
Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scottish Borders Council
Council HQ
Newtown St Boswells
TD6 0SA
UK
Contact person: N/A
Telephone: +44 1835824000
E-mail: procurement@scotborders.gov.uk
NUTS: UK
Internet address(es)
Main address: http://www.scotborders.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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
Alcohol & Drug Treatment Service
Reference number: 1000673
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
The ADP intends to procure a provider to be a key part of Borders recovery orientated system of care and as such to work in partnership with other alcohol and drugs services and wider partners.
The procurement is being carried out in accordance with requlations 74-76 of the Public Contracts (Scotland) Regulations 2015 under the "The Light Touch Regime".
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85100000
II.2.3) Place of performance
NUTS code:
UKM91
II.2.4) Description of the procurement
The ADP intends to procure a provider to be a key part of Borders recovery orientated system of care and as such to work in partnership with other alcohol and drugs services and wider partners.
Tenderers should note that it is possible that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI2006/246) ("TUPE) may apply to this contract.
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
All personnel (staff & volunteers) who will have contact with children and vulnerable adults will be required to have a PVG prior to any contact.
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:
4a.1 - Professional & Trade Registers. Provider must be registred with the Care Inspectorate.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.11) Main features of the award procedure:
The Contract will be awarded on the basis of the Most Economically Advantageous Tender with 20% of the overall evaluation score given to price and 80% of the overall evaluation score given to quality (cost:quality ratio).
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 250-674960
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/10/2022
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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
B ECONOMIC AND FINANCIAL STANDING:
Providers will be subject to a Credit Safe check to assess the economic financial standing. The providers will be required to co-operate with the Council and be asked to provide copies of their last 2 years financial audited accounts and up to date management accounts to assist with this process.
Insurance levels
4B.5.1b Employer's liability insurance with a limit of indemnity of not less than 10,000,000GBP
4B.5.2 Public liability insurance with a limit of indemnity of not less than 10,000,000GBP
4D QUALITY ASSURANCE SCHEMES AND ENVIRONMENTAL MANAGEMENT STANDARDS:
SPD 4D - QUALITY MANAGEMENT PROCEDURES
Quality Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),
OR
2. The bidder must have the following:
a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
HEALTH AND SAFETY
The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent).
OR,
4a The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.
Note - Organisations with fewer than five employees are not required by law to have a documented policy statement.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22129. 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:
SBC Adding Value to Communities through Procurement Policy
In March 2014 Scottish Borders Council approved an ‘Adding Value to Communities through Procurement’ Policy which introduced a Council wide approach intended to secure the maximum social, economic and environmental benefits from council procurement exercises within the current legal framework.
As part of this policy Scottish Borders Council is committed to securing Community Benefit from third party contracts and will require the successful bidder to work with them, as part of the delivery of the contact in transforming the community in a sustainable manner.
The types of community benefits tenderers might consider relevant to this contract could include;
- Providing training or work experience opportunities for young or unemployed people.
- Awareness raising activities in secondary schools and colleges.
- Engaging with community groups to raise awareness or provide support for events or projects
(SC Ref:703716)
VI.4) Procedures for review
VI.4.1) Review body
Jedburgh Sherriff Court and Justice of the Peace Court
Castlegate
Jedburgh
TD8 6AR
UK
E-mail: jedburgh@scotcourts.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Scottish Borders Council will incorporate a minimum 10 day standstill period at the point of information on the award of the contract is communicated to tenderers. The Public Contract (Scotland) Regulations 2015 (SSI,2015No446)provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rule to take action in the Sherriff Court or Court of Session.
A claim for an ineffectiveness order must be made within 30 days of the Contract Award being published on the OJEU or within 30 days of the date to those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.
VI.5) Date of dispatch of this notice
16/09/2022