Family Support Worker Tender West Lothian
West Lothian Council require an external service provider to supply family support services.
United Kingdom-Livingston: Health and social work services
2019/S 113-277714
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@westlotjian.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:
CC9779
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
West Lothian Council require an external service provider to supply family support services. The workers will be employed in a number of schools covering primary, secondary and one additional support needs school. The contract will be for a period of 1 year, although the Council will have the option of extending for a further period of up to a further year. It is anticipated that the contract will commence during September 2019.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
II.2.4)Description of the procurement:
There is a requirement for a service provider to supply 298 (two hundred and ninety eight) hours per week of family support services. These workers would be employed over primary, secondary and additional needs school. The contract would be for a 1 year period commencing September 2019 with the option to extend for a further 1 year.
This model would help schools to build strong links with families who cannot be reached by existing parent participation methods. Through improving communication and relationships with families at home this should in turn improve experiences with the school.
The family support workers would be based at 1 of the schools and would work alongside the Head Teacher to create individualised support plans. These plans would detail outcomes which these services should help
Achieve. 3 of the key improvement areas will relate to improving pupil attendance; improving pupil/parent participation and supporting families and pupils with social, emotional and behavioural difficulties.
For the avoidance of doubt, the service provider would be responsible for providing cover for annual leave and staff absences to ensure school support is not detrimentally impacted throughout the duration of this contract and will be required to provide details within the invitation to tender.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
At the sole discretion of the Council, the contract may be extended for a further period of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
Minimum Insurance required is:
— employers liability 10 000 000 GBP (ten million GBP) subject to legislative requirements,
— 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.
III.1.3)Technical and professional ability
Bidders are required to provide 2 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 the service specification and comply with all statutory requirements in the delivery of the service. Notwithstanding any conditions agreed in the service specification (including activity reporting), 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.2.2)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:
The winning bidder will be required to score at least 50 (fifty) % of the maximum quality score.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.
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.
Where the provider presents themselves as being a charity they must be able to evidence their charitable status and registration with the Office of the Scottish Charity Regulator (OSCOR).
The requirement includes organisation which are registered charities in other legal jurisdictions such as England and Wales unless evidence is provided which indicates they are regarded by OSCOR as being exceptional under the Charities and Trustees Investment (Scotland) Act 2005.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 13617
For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:586660)
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: