Gwasanaethau cymdeithasol a gwasanaethau penodol eraill - public contracts
Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Aberdeenshire Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
UK
Ffôn: +44 1467539600
E-bost: SocialCareCPSS@aberdeencity.gov.uk
NUTS: UKM50
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.aberdeenshire.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00232
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
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
2023 - Aberdeenshire - Care at Home Services for Children and Young People
II.1.2) Prif god CPV
85000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Aberdeenshire Council requires the provision of care at home services which provide outcome focused support and activities for children and young people who have additional support needs, in response to the below strategic priorities.
The contract term is three years plus the option to extend by up to 24 months
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 1 460 000.00 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:
UKM5
Prif safle neu fan cyflawni:
Aberdeenshire
II.2.4) Disgrifiad o’r caffaeliad
Aberdeenshire Council requires the provision of care at home services which provide outcome focused support and activities for children and young people who have additional support needs, in response to the below strategic priorities.
The aims of the care at home service are:
-To support children, young people, and their families to achieve the outcomes identified in the child’s plan.
-To deliver services which are aligned to the GIRFEC principles and values and children’s rights.
-To offer a flexible, needs led service throughout Aberdeenshire which is underpinned by children’s rights and The Promise.
-To promote independence by developing life skills and social skills in the children and young people.
-To provide a service which is tailored to the child/young person’s ability rather than chronological age.
-To meet the outcomes specified in the child and young person’s assessment measured using SHANARRI indicators.
-To provide meaningful respite and short breaks opportunities for the children and young people and parents/carers.
-To maximise the use of existing community facilities and services to meet the identified outcomes.
-To provide appropriate activities which contribute towards a successful transition to adult services.
-To provide consistent communication that will ensure parents/carers have clear expectations of what the service can provide.
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 1 460 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 36
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 contract term is three years plus the option to extend by up to 24 months.
The maximum budget for the service (including two-year optional extension i.e., five years) is GBP1460000
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 must confirm that they are appropriately registered with the Care Inspectorate for the services required.
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.
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.1.3) Gwybodaeth am gytundeb fframwaith
Mae’r caffaeliad yn golygu y caiff cytundeb fframwaith ei sefydlu
Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd: Continuity of support and ethical commissioning supports a 5 year duration
IV.1.11) Prif nodweddion y weithdrefn ddyfarnu:
Open Procedure.
The contract will be awarded using MEAT. Quality to Price ratio is 80:20. Providers must score a minimum of 50% to be awarded a place on the framework.
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2023/S 000-009832
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
13/11/2023
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.
*The following applies if no credit check can be undertaken:
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.
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 = GBP10m
Public Liability Insurance = GBP5m
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25280 . 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Specific Community Benefits objectives for this procurement are as follows:
-Fair Work First (FWF)
-Carbon Reduction
-Volunteering/Work Placement Opportunities
Further information is provided in the tender overview which will be published on PCST
(SC Ref:745951)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Aberdeen Sheriff Court
Castle Street
Aberdeen
AB10 1WP
UK
Ffôn: +44 1224657200
Cyfeiriad(au) rhyngrwyd
URL: www.scotcourts.gov.uk
VI.5) Dyddiad anfon yr hysbysiad hwn
29/09/2023