Gwasanaethau cymdeithasol a gwasanaethau penodol eraill - public contracts
Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Aberdeen City Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
UK
Person cyswllt: Catherine King
Ffôn: +44 1467539600
E-bost: catking@aberdeencity.gov.uk
NUTS: UKM50
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.aberdeencity.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00231
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
www.publictendersscotland.publiccontractsscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Aberdeen City Community Mental Health Interventions Service
II.1.2) Prif god CPV
85000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Aberdeen City Council requires a Community Mental Health Interventions Service which will work to improve the mental health and wellbeing of the citizens of Aberdeen by promoting early intervention and building the resilience of individuals and communities in addition to providing timely response to distress or crisis.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 4 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
85000000
II.2.3) Man cyflawni
Cod NUTS:
UKM50
Prif safle neu fan cyflawni:
Aberdeen City
II.2.4) Disgrifiad o’r caffaeliad
Aberdeen City Council requires a Community Mental Health Interventions Service which will work to improve the mental health and wellbeing of the citizens of Aberdeen by promoting early intervention and building the resilience of individuals and communities in addition to providing timely response to distress or crisis.
A collaborative commissioning process has been undertaken with stakeholders to establish the core principles and actions required within this service. The four identified core principles are:
Core Principles
1. Single Point of Access
2. Timely Response to Distress or Crisis
3. Interventions
4. Community Resilience
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 4 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
01/09/2024
Diwedd:
31/08/2029
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
The estimated contract value and length is based on 3 years plus an optional 2 year extension
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.4) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described. A minimum of two examples will be required.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s Liability Insurance = 10m
Public Liability Insurance = 5m
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
03/05/2024
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
1.The Council shall obtain a Creditsafe credit check and will score bidders accordingly:
71 - 100 Very Low Risk – Accept
51 - 70 Low Risk - Accept
30 - 50 Moderate Risk – subject to further discussion internally with the option to reject.
21-29 High Risk – subject to further discussion internally with the option to reject.
1-20 Very High Risk – Reject.
If no credit check can be undertaken the following will apply:
2. Please state current turnover (if contract value is over 50% of reported turnover, further discussion will be had internally with the option to reject).
3. If you are under no obligation to publish accounts on Companies House and/or do not have a comprehensive credit rating then provide audited financial accounts for the previous two years. Both quick and current ratios should be a minimum of 1:1.5 for the two successive years. Bidders whose ratios do not meet the minimum criteria will be rejected. Bidders who can provide audited accounts but chose not to do so shall be rejected.
4. Bidders who have been trading for less than one year and cannot provide audited accounts must submit the cash flow for the current year and a letter from the bank outlining the current cash and credit position for the current year and subsequent year. This will be subject to internal discussion with the option to reject.
5. If bidder still 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 submission is supported by a parent company guarantee.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26402. 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:
Fair Work First (FWF)
The Scottish Public Sector is committed to the delivery of high quality public services, and recognises that this is critically dependent on a workforce which is well-rewarded, well-motivated, well-led, has access to appropriate opportunities for training and development, is diverse and inclusive, and can influence decision making. These factors are also important for workforce recruitment and retention, and thus continuity of service delivery.
Innovation/Case Studies
A case study could include an example of best practice or significant achievement on the project; an example of how innovation has been demonstrated or examples of positive outcomes resulting from the delivery of community benefits. Case studies can touch upon any areas of additional enhancement to project delivery, final product to the Council and/or end user. Case studies can include testimonials from placement participants (including under-represented groups such as disabled persons or care leavers”), address fair work practices, 3rd sector/community assistance or collaboration or general innovation. Can be regarded as an extended press release (available for the Council to use in further communications). The submission and frequency will follow the Contract Management Framework reporting agreement.
Carbon Reduction
Scotland's Climate Change Declaration and Aberdeen City Council’s ambitions to become a climate positive city and move towards a just transition to a net-zero, green, wellbeing economy represent key local and national priorities.
(SC Ref:761502)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Aberdeen Sheriff Court
Aberdeen
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
22/03/2024