Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Adult Supported Living - Procured Service Arrangement (PSA) Phase 10

  • Cyhoeddwyd gyntaf: 26 Mawrth 2025
  • Wedi'i addasu ddiwethaf: 26 Mawrth 2025
  • Cofnodi Diddordeb

     

  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
South Lanarkshire Council
ID Awudurdod:
AA20218
Dyddiad cyhoeddi:
26 Mawrth 2025
Dyddiad Cau:
29 Awst 2025
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Council has an on-going requirement to procure Adult Supported Living Services. The Services will support vulnerable adults to live

in their own homes and to play an active part in their communities as much as they are able.

The Self-Directed Support (SDS) regulations offer Supported Persons a choice of provider to an extent not available through a Framework

or a Dynamic Purchasing System (DPS) therefore the Council is utilising an innovative Procured Service Arrangement (PSA) under the

Light Touch Rules contained in Regulations 74 – 76 of the Public Contract (Scotland) Regulations 2015.

The PSA will allow providers to be added over its 15 year term, this will facilitate Supported Person's choice.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

South Lanarkshire Council

Council Headquarters, Almada Street, Almada Street

Hamilton

ML3 0AA

UK

Person cyswllt: kirsty stewart

Ffôn: +44 1698454793

E-bost: Kirsty.stewart2@southlanarkshire.gov.uk

NUTS: UKM95

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.southlanarkshire.gov.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


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

Adult Supported Living - Procured Service Arrangement (PSA) Phase 10

Cyfeirnod: SLC/PS/SW/18/001

II.1.2) Prif god CPV

85000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The Council has an on-going requirement to procure Adult Supported Living Services. The Services will support vulnerable adults to live

in their own homes and to play an active part in their communities as much as they are able.

The Self-Directed Support (SDS) regulations offer Supported Persons a choice of provider to an extent not available through a Framework

or a Dynamic Purchasing System (DPS) therefore the Council is utilising an innovative Procured Service Arrangement (PSA) under the

Light Touch Rules contained in Regulations 74 – 76 of the Public Contract (Scotland) Regulations 2015.

The PSA will allow providers to be added over its 15 year term, this will facilitate Supported Person's choice.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 225 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Lot 1 - Standard Care

II.2.2) Cod(au) CPV ychwanegol

85000000

II.2.3) Man cyflawni

Cod NUTS:

UKM95


Prif safle neu fan cyflawni:

South Lanarkshire Council Geographical Area

II.2.4) Disgrifiad o’r caffaeliad

Lot 1 - Standard Care

The Council is procuring Services for vulnerable adults and the term “Lot” could be seen as incompatible with the principles of

individualisation and the procurement of social care services. The process however is a formal procurement procedure carried out within

The Public Contracts (Scotland) Regulations 2015 where Section 5. Conduct of the Procedure Regulation 47 details the arrangements for

the division of contracts into lots. The use of this term for this procurement process is therefore unavoidable.

Lot 1 - Standard care has 9 sub categories as below:

Lot 1(a) - People with learning disabilities

Lot 1(b) - People with physical disabilities

Lot 1(c) - People with mental health problems

Lot 1(d) - People with acquired or traumatic brain injury

Lot 1(e) - People who are hearing impaired

Lot 1(f) - People who are visually impaired

Lot 1(g) - People with autism

Lot 1(h) - People with substance misuse/addiction problems

Lot 1(i) - People who are in receipt of palliative/end of life care.

Contracts awarded under Lot 1 will be awarded in accordance with the arrangements detailed in Attachment 5 Call on Procedure.

Bidders should note that the Council are not giving or implying any guarantee in respect of the value or volume of any services to be

awarded under this Procured Service Arrangement.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 95

Price / Pwysoliad:  5

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 180

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

On completion of the initial evaluation process and appointment of Bidders to the Procured Service Arrangement, the ITT will reopen to

new bids. The ITT will remain open for the lifetime of the PSA. There are no limits to the number of times that bidders can submit bids.

A new procurement process will take place in 2034.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

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

Rhif y Lot 2

II.2.1) Teitl

Lot 2 - Enhanced Care

II.2.2) Cod(au) CPV ychwanegol

85000000

II.2.3) Man cyflawni

Cod NUTS:

UKM95


Prif safle neu fan cyflawni:

South Lanarkshire Council Geographical Area

II.2.4) Disgrifiad o’r caffaeliad

Lot 2 - Enhanced Care

The Council is procuring services for vulnerable adults who have been assessed by the Council as requiring enhanced care. Contracts

awarded under Lot 2 will be awarded in accordance with the arrangements detailed in Attachment 5 Call on Procedure. No Prices are being

sought for Lot 2 at this time.

Enhanced Care is defined as a where the Supported Person’s presentation requires the support of a staff group with an advanced skill set

who have validated competencies in routinely responding to unpredictable and high risk situations.

Bids for Lot 2 only will NOT be accepted by the Council.

Bidders should note that the Council are not giving or implying any guarantee in respect of the value or volume of any services to be awarded under this Procured Service Arrangement.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 95

Price / Pwysoliad:  5

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 180

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

On completion of the initial evaluation process and appointment of Bidders to the Procured Service Arrangement, the ITT will reopen to

new bids. The ITT will remain open for the lifetime of the PSA. There are no limits to the number of times that bidders can submit bids.

A new procurement process will take place in 2034.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

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

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

List and brief description of conditions:

SPD Question 2.C.1 Reliance on the capacities of other entities

Bidders are required to complete a full ESPD for each of the entities whose capacity they rely upon.

SPD Question 2.D.1 Subcontractors on whose capacity the bidder does not rely

Bidders are required to complete a shortened version of the SPD for each Subcontractor on whose capacity the bidder does not rely on.

Exclusion Criteria

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.

SPD Questions 3A – 3C have been identified as mandatory exclusion grounds and SPD Questions 3D have been identified as discretionary

exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be

excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self

cleansing measures undertaken. For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a

positive response or if the Council is not satisfied as to the self cleansing measures undertaken.

SPD Question 4A.1 Trade Registers. It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with

Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Councils

satisfaction that they are trading from the address provided in the tender and under the company name given.

If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as

described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

SPD Question 4B.4 Economic and Financial Standing

The Council will use the following ratios to evaluate a bidders financial status:

Profitability – this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for

this ratio;

Liquidity – this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or

equal to one then it is a pass for this ratio

Gearing – this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a

percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio.

Bidders must provide the name and value of each of the 3 ratios within their response to SPD question 4B.4.

The Council requires bidders to pass 2 out of the 3 financial ratios above.

Where 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and

the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so.

The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors:

Would the bidder have passed the checks if prior year accounts had been used?

Were any of the poor appraisal outcomes "marginal"?

Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance?

Does the bidder have sufficient reserves to sustain losses for a number of years?

Does the bidder have a healthy cashflow?

Is the bidder profitable enough to finance the interest on its debt?

Is most of the bidder's debt owed to group companies?

Is the bidder's debt due to be repaid over a number of years, and affordable?

Have the bidder's results been adversely affected by "one off costs" and / or "one off accounting treatments"?

Do the bidder's auditors (where applicable) consider it to be a "going concern"?

Will the bidder provide a Parent Company Guarantee?

Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace?

The Council will request submission of and assess the bidder’s financial accounts, and may use financial verification systems to validate

the information provided.


Lefel(au) gofynnol y safonau sydd eu hangen:

SPD Question 4B.5 Insurance

The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of

Insurance Cover:

Employer’s Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their

employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims.

Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to

property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit

to the number of claims.

Professional Indemnity Insurance covering the failure of the bidder to use the skill and care normally used by professionals providing the

services described in this tender to the level of 5000000 GBP in respect of each claim, without limit to the number of claims.

Such insurance shall be maintained throughout any Call on Period and for a minimum of 6 years following the expiry or termination of any Call on Contract

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

SPD Question 4C.1.2 Technical and Professional Ability

Lot 1 - Standard Care

Bidders must provide 3 detailed examples of relevant experience for each sub category selected at SPD Question 2A.18 by completing and

uploading "Attachment 11 - Technical Experience Response Template for ESPD 4.C.1.

Lot 2 - Enhanced Care

If Lot 2 is selected at SPD Question 2A.18, 3 examples of relevant experience are required for this lot by completing and uploading

"Attachment 11 - Technical Experience Response Template for SPD 4.C.1.

SPD Question 4C.6 Technical and Professional Ability Qualifications of the Company

It is a minimum requirement of this tender that Bidders can demonstrate that they have achieved a score of 3 or above in the themed area of

Care and Support in the latest Inspection Report issued by the Care Inspectorate. Please confirm within your response in the Qualification

Envelope that you can meet this requirement. The Council will verify this information directly from the Care Inspectorate.


Lefel(au) gofynnol y safonau sydd eu hangen:

It is a minimum requirement of this tender that Bidders can demonstrate that all individuals who will be engaged in the delivery of the

contract must be appropriately vetted in accordance with the Protection of Vulnerable Groups (Scotland) Act 2007.

SPD Question 4C.6.1 Technical and Professional Ability Qualifications of the Staff

Minimum level(s) of standards required:

It is a minimum requirement of this tender that Bidders can demonstrate that where required, staff are registered with the Scottish Social

Services Council (SSSC). The Bidder will be required to provide this information

to the Council in relation to the staff who deliver the Services.

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.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 29/08/2025

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 6  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 29/08/2025

Amser lleol: 12:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

Bidders who were not appointed to the PSA following completion of the initial evaluation process can apply for appointment to the PSA at

any time during its term. There are no limits to the number of times that bidders can submit bids.

A new procurement process will take place in 2034

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

SPD Questions 3A.1 to 3A.8 Serious and Organised Crime – Information Sharing Protocol When requested to by the Council bidders must complete and submit the Serious and Organised Crime – Information Sharing Protocol Form for evaluation prior to any appointment being made.

Declarations and Certificates

The successful Bidders will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification, Technical and Commercial Envelopes.

SPD Question 2D.1 Prompt Payment Certificate

SPD Question 3D.3 Human Rights Act Declaration

Declaration Section Form of Tender

SPD Question 3D.11 Non-Collusion Certificate

SPD Question 4B.5.1 Insurance Certificates

SPD Questions 3A.1 to 3A.8 Serious and Organised Crime Declaration

SPD Question 3A.6 Modern Slavery Act 2015 Declaration

SPD Question 4C.6 Confirmation of Registration with the Care Inspectorate and Protection of Vulnerable Groups (Scotland) Act 2007

Declaration

SPD Question 4C.6.1 Confirmation of SSSC status of staff who deliver the Services

Declaration Section Health and Safety Questionnaire

All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T.

Attachment 6, Form of Offer and Attachment 4, Commercial Envelope Response must be completed and uploaded within the Commercial Envelope.

Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the SPD will invalidate the bid.

The Council reserves the right to review the qualification and technical criteria for appointment to the PSA in line with changes to

legislation, good industry practice and commercial considerations.

Upon appointment to the PSA any contracts that bidders currently have in place with the Council for existing packages of care will cease to

apply and will be replaced with the terms and conditions set out in the PSA from the date of their appointment to the PSA.

The buyer is using PCS-Tender to conduct this ITT exercise. Project code 28642. For more information see:

http://www.publiccontractsscotland.gov.uk

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28642. 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:

The Council is committed to the promotion of community benefits. Bidders are asked to identify what community benefits they propose to deliver in the event that a call on contract is awarded.

Note that these benefits must be derived specifically as a result of a call on contract being awarded, and must benefit the South Lanarkshire Council geographical area.

(SC Ref:791875)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Hamilton Sheriff Court

Sheriff Court House, 4 Beckford Street

Hamilton

ML3 0BT

UK

Ffôn: +44 1698282957

E-bost: hamiltoncivil@scotcourts.gov.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

28/02/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
85000000 Gwasanaethau iechyd a gwaith cymdeithasol Gwasanaethau eraill

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
Kirsty.stewart2@southlanarkshire.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.