Tender

Adult Supported Living - Procured Service Arrangement (PSA)

SOUTH LANARKSHIRE COUNCIL

This public procurement record has 1 release in its history.

Tender

01 Sep 2022 at 12:47

Summary of the contracting process

The South Lanarkshire Council has issued an open tender titled "Adult Supported Living - Procured Service Arrangement (PSA)" in the health and social work services category. The tender, with the ID SLC/PS/SW/18/001, aims to procure services supporting vulnerable adults to live independently. The tender consists of two lots - Standard Care and Enhanced Care, with a total contract value of £225,000,000. The submission deadline for bids is 30th December 2022. Interested parties can find more information on the tender at https://www.publictendersscotland.publiccontractsscotland.gov.uk.

This tender provides opportunities for businesses in the health and social care sector to engage in long-term service provision for vulnerable adults in the South Lanarkshire Council area. The procurement process follows the Light Touch Rules under the Public Contract (Scotland) Regulations, allowing for continued provider addition over the 15-year term. Businesses with expertise in delivering care services tailored to specific needs, such as learning disabilities, mental health problems, and palliative care, are well-suited to compete for the Standard Care lot. Enhanced Care services cater to individuals requiring advanced support for high-risk situations. The Council emphasizes financial stability and technical capabilities as key selection criteria for potential suppliers.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Adult Supported Living - Procured Service Arrangement (PSA)

Notice Description

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.

Lot Information

Standard Care

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.

Renewal: 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.

Enhanced Care

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.

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0364ca
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/024441-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Dynamic
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85000000 - Health and social work services

Notice Value(s)

Tender Value
£225,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Sep 20223 years ago
Submission Deadline
30 Dec 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
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.

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SOUTH LANARKSHIRE COUNCIL
Contact Name
Steven McMichael
Contact Email
steven.mcmichael@southlanarkshire.gov.uk
Contact Phone
+44 1698454142

Buyer Location

Locality
HAMILTON
Postcode
ML3 0AA
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM9 Southern Scotland
Small Region (ITL 3)
TLM95 South Lanarkshire
Delivery Location
TLM95 South Lanarkshire

Local Authority
South Lanarkshire
Electoral Ward
Hamilton North and East
Westminster Constituency
Hamilton and Clyde Valley

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0364ca-2022-09-01T13:47:56+01:00",
    "date": "2022-09-01T13:47:56+01:00",
    "ocid": "ocds-h6vhtk-0364ca",
    "description": "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 (Non Construction) 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 ESPD 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. The Project code is 22207. 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: In the event of the Provider having specified in their Tender that they will provide Community Benefits as part of any Call On Contract the Provider shall use their best endeavours to ensure that the Community Benefits are provided throughout the Call On Period. Examples of Community Benefits are detailed in Attachment 7 within the General Attachment Area of PCS-T Project no. 21246. (SC Ref:705207)",
    "initiationType": "tender",
    "tender": {
        "id": "SLC/PS/SW/18/001",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Adult Supported Living - Procured Service Arrangement (PSA)",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "description": "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.",
        "value": {
            "amount": 225000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2,
            "awardCriteriaDetails": "Lot 1 - Standard Care has 9 sub categories as detailed section II.2.4 hereof Lot 2 - Enhanced Care Number of Lots Bidders may submit tenders as below:- Lot 1 only or Lot 1 and Lot 2 Bids for Lot 2 only will NOT be accepted by the Council."
        },
        "lots": [
            {
                "id": "1",
                "title": "Standard Care",
                "description": "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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical Weighting",
                            "type": "quality",
                            "description": "95"
                        },
                        {
                            "type": "price",
                            "description": "5"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 5400
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "2",
                "title": "Enhanced Care",
                "description": "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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Techinical",
                            "type": "quality",
                            "description": "95"
                        },
                        {
                            "type": "price",
                            "description": "5"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 5400
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM95"
                    }
                ],
                "deliveryLocation": {
                    "description": "South Lanarkshire Council area"
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM95"
                    }
                ],
                "deliveryLocation": {
                    "description": "South Lanarkshire Council area"
                },
                "relatedLot": "2"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPD Question 2.C.1 Reliance on the capacities of other entities Bidders are required to complete a full SPD 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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "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.",
                    "minimum": "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "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. 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 It is a minimum requirement of this tender that Bidders can demonstrate that w here 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.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "As detailed in Attachment 9 - Call On Contract and Attachment 12 - Procured Service Arrangement Terms and Conditions.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-12-30T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2023-06-30T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2022-12-30T12:00:00Z"
        },
        "bidOpening": {
            "date": "2022-12-30T12:00:00Z"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "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."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-38494",
            "name": "South Lanarkshire Council",
            "identifier": {
                "legalName": "South Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Council Headquarters Almada Street",
                "locality": "Hamilton",
                "region": "UKM95",
                "postalCode": "ML3 0AA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Steven McMichael",
                "telephone": "+44 1698454142",
                "email": "steven.mcmichael@southlanarkshire.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.southlanarkshire.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-41926",
            "name": "Hamilton Sheriff Court",
            "identifier": {
                "legalName": "Hamilton Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 4 Beckford Street",
                "locality": "Hamilton",
                "postalCode": "ML3 0AA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-38494",
        "name": "South Lanarkshire Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000705207"
        }
    ],
    "language": "en"
}