North Ayrshire Independent Advocacy Contract
To commission an independent advocacy service from an external provider.
United Kingdom-Irvine: Health and social work services
2017/S 137-281268
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Cunninghame House, Friars Croft
Irvine
KA12 8EE
United Kingdom
E-mail: procurement@north-ayrshire.gov.uk
NUTS code: UKM33
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
North Ayrshire Independent Advocacy Provision.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
North Ayrshire Council, on behalf of North Ayrshire Health and Social Care Partnership (NAHSCP) requires to commission an independent advocacy service from an external provider.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
North Ayrshire.
II.2.4)Description of the procurement:
North Ayrshire Council, on behalf of North Ayrshire Health and Social Care Partnership (NAHSCP) requires to commission an independent advocacy service from an external provider.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The duration of the contract will be for an initial period of 3 years with the option to extend for up to a further 2 years.
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
Bidders will be required to have a minimum ‘general’ yearly turnover of 600 000 GBP for the last 3 years:
Bidders will be required to have a minimum yearly turnover of 600 000 GBP for the last 3 years in the business area covered by the contract.
Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading.
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:
Employer’s (Compulsory) Liability Insurance = 10 000 000 GBP
http://www.hse.gov.uk/pubns/hse40.pdf
Public Liability Insurance = 10 000 000 GBP
Professional Indemnity Insurance = 5 000 000 GBP.
III.1.3)Technical and professional ability
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the service as described in part II.2.4 of this Contract Notice.
Bidders must also provide 2 satisfactory references on the reference templates provided in the Instruction to Tenders document. References should be completed and signed by previous customers for contracts of a similar nature, value scope and size. Completed reference templates must be uploaded into the general attachments area of the qualification envelope. If any of the referees score the bidder less than 3 the bidder will be excluded from the tender process.
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. A quality management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract.
The quality manual must include documented procedures for:
Arrangements for monitoring quality management on an ongoing basis;
Regularly reviewing, correcting and improving quality performance
Ensuring that quality management is effective in reducing / preventing incidents of sub-standard delivery
Providing workforce with appropriate quality related training
Dealing with complaints and implementing corrective measures
Health & Safety Procedures
1. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR
2. A Health & Safety policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract.
The health & safety policy must include documented procedures:
for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. This must provide details of the arrangements for H&S management that are relevant to the nature and scales of the requirement;
on how the bidder obtains access to competent Health and Safety advice and assistance providing the bidder’s workforce with training and information appropriate to the type of work and this must also include a description of arrangements for keeping the workforce updated on legislation and good H&S practice applicable throughout the organisation;
describing what H&S or other relevant qualifications and experience the bidder’s workforce has, in order to implement the H&S policy to a standard appropriate for the work;
for checking, reviewing and where necessary, improving the bidders H&S performance;
for involving the bidders workforce in the planning and implementation of H&S measures;
for recording accidents/incidents and undertaking follow-up action. This will include records of accident rates and frequency for all RIDDOR reportable events for at least the last 3 years;
for ensuring that the bidder’s suppliers apply H&S measures to a standard appropriate to the work for which they are being engaged and how this is co-ordinated;
for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary;
on arrangements for ensuring that (where applicable) on-site welfare provision meets legal requirements and the needs/expectations of the bidder’s employees.
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.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
North Ayrshire Council have decided not to use Lots for this tender for the reason(s) stated below:
Nature of the contract not suitable for Lots.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is project_8723. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
The community benefits requirement for this contract are non-core and will therefore be treated as a minimum requirement (pass/fail) during the evaluation period. The Provider is required to actively participate in the economic and social regeneration of North Ayrshire and it is a requirement that at the same time as delivering the Contract for NAC/4164 North Ayrshire Independent Advocacy Provision the Provider shall deliver the following Community Benefits as detailed in the relevant sections:
Supply Chain Initiatives
Education & Community Engagement
The community benefits template can be found in the Technical Envelope on PCS_T.
(SC Ref:504872).
VI.4.1)Review body
Cunninghame House, Friars Croft
Irvine
KA12 8EE
United KingdomInternet address:http://www.north-ayrshire.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Domestic Abuse Advocacy Tender London
Mental Health and Deprivation of Liberty Safeguards Assessments Framework Nottinghamshire
Doncaster Council Advocacy Services Tender 2017
Department for Education National Advocacy Services Tender
Northamptonshire Independent Advocacy Service Contract 2017