Gwasanaethau cymdeithasol a gwasanaethau penodol eraill - public contracts
Hysbysiad dyfarnu contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
UK
Person cyswllt: Lynn Hemsley
Ffôn: +44 1314693922
E-bost: lynn.hemsley@edinburgh.gov.uk
NUTS: UKM75
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.edinburgh.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
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
Provision of EH1 — Young People's Services
Cyfeirnod: CT2579
II.1.2) Prif god CPV
85300000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The City of Edinburgh Council Young People's Services requires an external provider to deliver additional support to young people and their families. The provider will deliver support to meet the needs and risks of the child and/or their families as identified through assessment. This support is in addition to support provided by the Lead Professional/YPS.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 624 954.00 GBP
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
85312000
II.2.3) Man cyflawni
Cod NUTS:
UKM75
Prif safle neu fan cyflawni:
The City of Edinburgh.
II.2.4) Disgrifiad o’r caffaeliad
The City of Edinburgh Council requires a service provider who can provide the support that meets the requirements for EH1 — young people’s services.
The young people's service has been working with an external provider to provide additional support to young people and their families. The provider delivers support to young people and families to meet the needs and risks of the child and/or their families as identified through assessment. This support is in addition to the support given by the Lead Professional/YPS.
The additional support service is known as the EH1 young people’s service and has been running since 2015. This service was developed as part of the balance of care agenda to reduce the number of children and young people escalating through the care system. EH1 seeks to provide a flexible approach to children/young people and their families who require an enhanced level of support to reduce the risk of being accommodated or placement breakdown.
The service and the specification has been reviewed with no major changes made. Key elements of the EH1 Service include:
Available 52 weeks per year;
Available between 09.00 and 22:00 on Mondays to Fridays;
Available between 10:00 and 18:00 on Saturdays and Sundays;
Minimum of 4 hours direct service to an individual young person and their family (excluding travel time) per week with a maximum of 10 hours per week;
Caseloads average 14 per week but may go up to a maximum of 18;
Allocation of one worker or 2 maximum per child/family at any one time; and
Staff to be based in City of Edinburgh Council offices and have access to SWIFT social work system.
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
See tender documentation and Supply Market Awareness Event Q&A.
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.11) Prif nodweddion y weithdrefn ddyfarnu:
Price is not the only award criterion and all criteria are stated in the tender documents.
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2019/S 009-017394
Section V: Dyfarnu contract
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
14/05/2019
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 2
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 2
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
Action for Children
3 The Boulevard (Company Registered Address), Ascot Road
Watford, Hertfordshire
WD18 8AG
UK
Ffôn: +44 1415509010
NUTS: UKM
BBaCh yw’r contractwr:
Na
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 625 000.00 GBP
Cyfanswm gwerth y contract/lot: 624 954.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
Part III Section A, B, C and D — 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 above OJEU threshold)/8 and 9 of the Procurement (Scotland) Regulations 2016 (below OJEU threshold).
Part IV: Selection criteria — B: Economic and financial standing – Question 4B.1a — Tenderers are required to have a minimum “general” annual turnover of 249 294 GBP in each of the last 2 financial years.
Where a tenderer does not have an annual turnover of this value, the Council may exclude the tenderer from the competition or may apply discretion seeking supporting evidence to determine the tenderer’s suitability to proceed in the competition.
Part IV: Selection criteria — B: Economic and financial standing – Question 4B.4 — Tenderers will be required provide the following information in response to 4B.4:
Current ratio for current year: >1.10
Current ratio for prior year: >1.10
The formula for calculating a tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.10.
Where a tenderer’s current ratio is less than the acceptable value, the Council may exclude the tenderer from the competition or may apply discretion seeking supporting evidence to determine the tenderer’s suitability to proceed in the competition.
Part IV: Selection criteria — B: Economic and financial standing – Question 4B.5 — Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
(b) employers (compulsory) liability insurance: 5 000 000 GBP
(c) public liability insurance: 10 000 000 GBP.
Where a tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the tenderer from the competition.
Contract specific mandatory criteria
Part IV: Selection criteria — D: Quality Assurance Standards – Question 4D.1 — It is a mandatory requirement that tendering organisations with more than 5 employees have in place a health and safety policy which is endorsed by the chief executive officer, or equivalent. within the organisation and is reviewed regularly. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation and compliance with legislation. Bidders should confirm that this condition has been met within the response to this question. Where a bidder does not have a health and safety policy and is required to do so, the Council may exclude the Bidder from the competition.
And
Tenderers are required to ensure that all staff members associated with this service hold Protection of Vulnerable Groups (PVG) membership which is managed and delivered by disclosure Scotland. In addition, staff will be required to have an enhanced disclosure. Further details of disclosure Scotland can be found at https://www.mygov.scot/disclosure-types/
It will be the ongoing responsibility of the provider to ensure disclosure Scotland certification is up to date.
Where compulsory professional registration applies to staff associated with this service, the provider must ensure that staff are registered in the appropriate part of the Scottish Social Services Council (SSSC) register as required.
(SC Ref:583856)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
UK
Ffôn: +44 1314693922
Cyfeiriad(au) rhyngrwyd
URL: http://www.edinburgh.gov.uk
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may:
1) Award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose;
2) Be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the contract award notice being published in the OJEU or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.
VI.5) Dyddiad anfon yr hysbysiad hwn
14/05/2019