Care at Home Services Block Contracts – West Lothian
Care at Home services provide personalised care, including social and emotional support to enable people to continue or resume residing in their own home.
United Kingdom-Livingston: Health and social work services
2019/S 108-263232
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
West Lothian Civic Centre, Howden South Road
Livingston
EH54 6FF
United Kingdom
Contact person: Tom Henderson
Telephone: +44 1506281814
E-mail: tom.henderson@westlothian.gov.uk
Fax: +44 1506281325
NUTS code: UKM78
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Care at Home Services — Block Contracts
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Care at Home services provide personalised care, including social and emotional support to enable people to continue or resume residing in their own home. The purpose of the service is to ensure quality of life for the individual, while enabling them to retain their independence. Successful delivery of the service involves putting the person at the centre of the decisions about the way they live and the support that they want to receive the Council intend to award 2 block contracts (in addition to operating a framework which is being separately tendered). The block contracts will operate for 1 year plus an option to extend for a second year.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Care at Home Services — North
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Care at Home services provide personalised care, including social and emotional support to enable people to continue or resume residing in their own home. The purpose of the service is to ensure quality of life for the individual, while enabling them to retain their independence. Successful delivery of the service involves putting the person at the centre of the decisions about the way they live and the support that they want to receive.
This lot (330 service hours per week) will provide services to rural areas in the north of West Lothian i.e. Linlithgow, Broxburn, Uphall, Winchburgh and Bathgate. In addition, the successful provider may be asked to accept priority referrals from elsewhere in West Lothian.
Electronic call monitoring system as specified by the Council is a condition of the contract.
In accordance with provisions 74 — 76 of the Public Contracts (Scotland) Regulations 2015 for the award of contracts for social and other specific services, the Council is able to utilise the flexibility offered whilst complying with the EU Treaty principles of equal treatment and transparency.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Subject to satisfactory operation and performance, West Lothian Council will have the option to extend for a further 12 month period.
Periods. Any period of extension will be at the sole discretion of West Lothian Council.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
A payment of 1 500 GBP will be made towards the cost of additional travel costs associated with the rural nature of this block contract for each lot.
II.2.1)Title:
Care at Home Services — South
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Care at Home services provide personalised care, including social and emotional support to enable people to continue or resume residing in their own home. The purpose of the service is to ensure quality of life for the individual, while enabling them to retain their independence. Successful delivery of the service involves putting the person at the centre of the decisions about the way they live and the support that they want to receive.
This lot (330 service hours per week) will provide services to rural areas in the south of West Lothian i.e. Armadale and Blackridge, Whitburn and Blackburn, Fauldhouse and the Breich Valley. In addition, the successful provider may be asked to accept priority referrals from elsewhere in West Lothian.
Electronic call monitoring system as specified by the Council is a condition of the contract.
In accordance with provisions 74 — 76 of the Public Contracts (Scotland) Regulations 2015 for the award of contracts for social and other specific services, the Council is able to utilize the flexibility offered whilst complying with the EU Treaty principles of equal treatment and transparency.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Subject to satisfactory operation and performance, West Lothian Council will have the option to extend for up to 2 further 12 month periods. Any period of extension will be at the sole discretion of West Lothian Council.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
A payment of 1 500 GBP will be made towards the cost of additional travel costs associated with the rural nature of this block contract.
In the event that a bidder is the most economically advantageous tender for both lots, they will be asked to express their preference. The contract is being designed to ensure that there is a different service provider for each lot.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Registration with the Care Inspectorate — Level 3 is a mandatory requirement. Where providers have no previous registration history, they will be required to provide evidence of a level 3 grade within the first 12 months of the contract commencement.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
ESPD Q 4 B.5
Minimum insurance required is:
— employers liability 10 000 000 GBP (Ten Million GBP) subject to legislative requirements,
— professional indemnity 2 000 000 GBP (Two Million GBP),
— public liability 5 000 000 GBP (Five Million GBP) — employers should hold insurance at a minimum level of 5 000 000 GBP in line with current legislation unless specifically exempt.
Re ESPD Question 4B.6 West Lothian Council will use Dun and Bradstreet’s DBAi financial reporting system to assess the financial stability of tenderers. Tenderers with a failure score of 35 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that 35- (minus) will not be considered as having met this criteria. If a tenderer has a failure score of less than 35, the tenderer may be required to submit their last 3 years accounts.
In the event that the tenderer is not required to publish accounts and therefore does not have a Dun and Bradstreet or equivalent rating, tenderers should be able to provide financial accounts when requested. The Council will then conduct an analysis of the accounts to ensure that there is no significant financial risk. Please note that if you intend on attaching 2 years accounts, these must include financial data over a 3 year period.
It is recommended that candidates review their own Dun and Bradstreet Score in advance of submitting their tender. If following this review tenderers consider that the Dun and Bradstreet Score does not reflect their current financial status, details of this should be provided complete with evidence of a good high street credit rating (the equivalent of Dun and Bradstreet score 35) from a recognised credit referencing agency. The Council will review any such information as part of the evaluation of tenderer’s financial status.
In the event that a firm 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 tender submission is supported by a Parent Company Guarantee.
Should after review of the financial evaluation the tenderer fail, then the tender submission may be rejected.
Bidders will also be requested to provide general yearly turnover for the previous 3 financial years.
III.1.3)Technical and professional ability
Bidders are required to provide specific examples of carrying out similar services performed during the last 3 years.
Bidders are also required to provide point of contact details at stated respective organisations.
Please note that West Lothian Council reserve the right to request references without notifying yourself.
III.2.2)Contract performance conditions:
The provider must follow the requirements set out in this service specification and comply with all statutory requirements in the delivery of the service. Notwithstanding any conditions agreed in this service specification, all terms and conditions set out in the main full contract will apply.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
In accordance with Section 67 (5) of the Public Contracts (Scotland) Regulations 2015, i.e. the cost element may also take the form of a fixed price or cost on the basis of which economic operators will compete on quality criteria only, the cost element is 18,00 GBP per hour.
With reference to ESPD question Q2B; complete information for all company directors, using home address.
Confidentiality: all information supplied by the Authority must be treated in confidence and not disclosed to third parties except insofar as this is necessary to obtain sureties or quotations for the purpose of submitting the tender. All information supplied by you to the Authority will similarly be treated in confidence except:
(i) for any information required to be disclosed or otherwise provided by the Authority to any person in order to comply with the Freedom of Information (Scotland) Act 2002 and any codes of practice applicable from time to time relating to access to public authorities’ information.
The tenderer shall co-operate, facilitate, support and assist the Authority in the provision of this information. In the event the Authority is required to provide information to any person as a result of a request made to it under such act and/or codes, the Authority shall adhere to the requirements of such act and/or codes in disclosing information relating to this Agreement, the project documents and the contractor;
(ii) that references may be sought from banks, existing or past clients, or other referees submitted by the tenderers;
(iii) for the disclosure of such information with regard to the outcome of the procurement process as may be required to be published in the supplement to the Official Journal of the European Union in accordance with EU directives or elsewhere in accordance with the requirements of UK government policy on the disclosure of information relating to government contracts.
Additional Information within the invitation to tender for Quality Management and Health and Safety requirements can be found at the following link: https://www.westlothian.gov.uk/article/11428/Changes-to-Public-Procurement-Rules
The HSE website will be checked for breaches. Should West Lothian Council’s Health and Safety team not be satisfied with the outcome your tender will be rejected.
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.
For further information regarding regulated procurements of OJEU threshold and above, please refer to Regulations 58 and 59 of The Public Contracts (Scotland) Regulations 2015.
Police Scotland will be consulted with regards to Serious and Organised Crime checks. Any links to this type of activity may cause your tender to be rejected.
The buyer is using PCS-Tender to conduct this ITT exercise.
Where the provider presents as a charity, they must be able to evidence their charitable status and registration with the Office of The Scottish Charity Regulator (OSCR). This requirement includes organisations which are registered as charities in other legal jurisdictions such as England and Wales unless evidence is provided which indicates they are regarded by OSCR as being exceptional under the Charities and Trustees Investment (Scotland) Act 2005.
The successful bidders will be required to score more than 50 % of the total quality score.
(SC Ref:582384)
VI.4.1)Review body
West Lothian Civic Centre, Howden South Road
Livingston
EH54 6FF
United Kingdom
Telephone: +44 1506281814
Fax: +44 1506281325Internet address: http://www.westlothian.gov.uk/article/2468/Contract-Opportunities
VI.5)Date of dispatch of this notice: