Tender

Lammermuir Supported Living Service

WEST LOTHIAN COUNCIL

This public procurement record has 1 release in its history.

Tender

09 Jul 2024 at 11:22

Summary of the contracting process

The West Lothian Council has issued a tender titled "Lammermuir Supported Living Service" in the health and social work services category. The procurement process is currently at the tender stage, with a closing date of 8th August 2024. The Council is looking for a service provider to support individuals with Autism Spectrum Disorder and Learning Disabilities. The tender seeks to provide Care and Support 24/7 to help service users achieve personal outcomes within a Supported Living Environment.

This tender presents an opportunity for businesses experienced in providing care services to individuals with complex needs to compete. Suppliers need to demonstrate previous experience in delivering similar services and meet specific criteria such as registration with the Care Inspectorate. With a focus on quality criteria and technical expertise, businesses with a track record in supported accommodation services are well-suited to participate. The successful bidder will have the opportunity to secure a 5-year contract with a possible extension for up to 36 months, providing long-term growth prospects for the chosen service provider.

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

Lammermuir Supported Living Service

Notice Description

To provide a high quality, flexible, Care and Support Service that enables, empowers, and encourages people with Autism Spectrum Disorder / Learning Disabilities and associated complexities that have been identified by the Council as requiring support, to live as independently as possible within their own homes in the community within a Supported Living Environment. The Service will initially provide ongoing Care and Support 24 (twenty-four) hours a day, 7 (seven) days a week in a range of ways to assist 5 (five) Service Users to achieve their assessed personalised outcomes, maximise their potential, and attain a better quality of life. The Service will focus on the development the 'core' element situated in a block of 4 (four) adjoining 2 (two) bedroom flats in the first instance (2 ground floor and 2 first floor) In the future, the 'cluster' element may be developed by WLHSCP whereby Care and Support will be offered to residents in geographical proximity to the Core.

Lot Information

Lot 1

To provide a high quality, flexible, Care and Support Service that enables, empowers, and encourages people with Autism Spectrum Disorder / Learning Disabilities and associated complexities that have been identified by the Council as requiring support, to live as independently as possible within their own homes in the community within a Supported Living Environment. The Service will initially provide ongoing Care and Support 24 (twenty-four) hours a day, 7 (seven) days a week in a range of ways to assist 5 (five) Service Users to achieve their assessed personalised outcomes, maximise their potential, and attain a better quality of life. The Service will focus on the development the 'core' element situated in a block of 4 (four) adjoining 2 (two) bedroom flats in the first instance (2 ground floor and 2 first floor) In the future, the 'cluster' element may be developed by WLHSCP whereby Care and Support will be offered to residents in geographical proximity to the Core. Additional information: Full breakdown of technical criteria weighting can be found within the technical envelope. The quality criteria will be scored out of 100 and tenderers will receive a pro-rated score out of 90.

Renewal: option to extend for up to a further 36 months.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-047be0
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/020902-2024
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
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
£328,500 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Jul 20241 years ago
Submission Deadline
8 Aug 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Orignal contract duration is 5 years with the option to extend by up to a further 36 months. If extensions are utilised then the authority anticipate to go out to tender in 2031.

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
WEST LOTHIAN COUNCIL
Contact Name
Hayleigh Valentine
Contact Email
hayleigh.valentine@westlothian.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LIVINGSTON
Postcode
EH54 6FF
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM14 West Lothian
Delivery Location
TLM78 West Lothian

Local Authority
West Lothian
Electoral Ward
Livingston South
Westminster Constituency
Livingston

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-047be0-2024-07-09T12:22:34+01:00",
    "date": "2024-07-09T12:22:34+01:00",
    "ocid": "ocds-h6vhtk-047be0",
    "description": "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. TUPE - The incoming Contractor is responsible for obtaining legal and professional advice about relevant TUPE implications. CONFIDENTIALITY - All information supplied by the Authority must be treated in confidence and not disclosed to third parties except insofar as this is necessary to obtain sureties or quotations for the purpose of submitting the tender. All information supplied by you to the Authority will similarly be treated in confidence except: (i) for any information required to be disclosed or otherwise provided by the Authority to any person in order to comply with the Freedom of Information (Scotland) Act 2002 and any codes of practice applicable from time to time relating to access to public authorities' information. The Tenderer shall co-operate, facilitate, support and assist the Authority in the provision of this information. In the event the Authority is required to provide information to any person as a result of a request made to it under such Act and/or codes, the Authority shall adhere to the requirements of such Act and/or codes in disclosing information relating to this Agreement, the Project documents and the Contractor. (ii) that references may be sought from banks, existing or past clients, or other referees submitted by the tenderers; (iii) for the disclosure of such information with regard to the outcome of the procurement process as may be required to be published in the Supplement to the Official Journal of the European Union in accordance with EU directives or elsewhere in accordance with the requirements of UK government policy on the disclosure of information relating to government contracts. There is a maximum of 20% available to be achieved from the presentation required as part of the technical evaluation. Invites will be issued to those tenderers who have a total number of points within 20% of the best score, at that point. Therefore, any tenderer not within 20% before the presentations take place will be unable to win and therefore will not be invited. These tenderers will take no further part in the tender process. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26988. 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: West Lothian Council is committed to maximising Community Benefits from its procurement activities. Under this procurement, the contractor, and its supply chain, will be required to support the authority's economic, social and environmental objectives relating to participation in skills development, training and employment initiatives and other value-added contributions. Accordingly, contract performance conditions may relate in particular to social, economic and environmental considerations. While the Community Benefits Information will in no way be scored beyond the requirement that it is included in the bidder's Tender Submission, if the Community Benefits Information contains any Community Benefits, these will be accepted by the Authority via the contract variation process and will be enforceable as part of the contract. Accordingly, where a contract is awarded to a bidder whose Tender Submission included Community Benefits, the bidder will be required to deliver those Community Benefits as part of the contract. (SC Ref:770915)",
    "initiationType": "tender",
    "tender": {
        "id": "CC13612",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Lammermuir Supported Living Service",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "description": "To provide a high quality, flexible, Care and Support Service that enables, empowers, and encourages people with Autism Spectrum Disorder / Learning Disabilities and associated complexities that have been identified by the Council as requiring support, to live as independently as possible within their own homes in the community within a Supported Living Environment. The Service will initially provide ongoing Care and Support 24 (twenty-four) hours a day, 7 (seven) days a week in a range of ways to assist 5 (five) Service Users to achieve their assessed personalised outcomes, maximise their potential, and attain a better quality of life. The Service will focus on the development the 'core' element situated in a block of 4 (four) adjoining 2 (two) bedroom flats in the first instance (2 ground floor and 2 first floor) In the future, the 'cluster' element may be developed by WLHSCP whereby Care and Support will be offered to residents in geographical proximity to the Core.",
        "value": {
            "amount": 328500,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "To provide a high quality, flexible, Care and Support Service that enables, empowers, and encourages people with Autism Spectrum Disorder / Learning Disabilities and associated complexities that have been identified by the Council as requiring support, to live as independently as possible within their own homes in the community within a Supported Living Environment. The Service will initially provide ongoing Care and Support 24 (twenty-four) hours a day, 7 (seven) days a week in a range of ways to assist 5 (five) Service Users to achieve their assessed personalised outcomes, maximise their potential, and attain a better quality of life. The Service will focus on the development the 'core' element situated in a block of 4 (four) adjoining 2 (two) bedroom flats in the first instance (2 ground floor and 2 first floor) In the future, the 'cluster' element may be developed by WLHSCP whereby Care and Support will be offered to residents in geographical proximity to the Core. Additional information: Full breakdown of technical criteria weighting can be found within the technical envelope. The quality criteria will be scored out of 100 and tenderers will receive a pro-rated score out of 90.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "90",
                            "type": "quality",
                            "description": "Technical"
                        },
                        {
                            "type": "price",
                            "description": "10"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "option to extend for up to a further 36 months."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM78"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Registration with the Care Inspectorate - Level 3 is a mandatory requirement. Failure to provide evidence of this may result in your tender submission being rejected. Where required, contracts that fall within the specific risk sectors as defined by Police Scotland, or, where there is a suspicion that risk may be present, WLC will provide Police Scotland information on the representatives of the bidder (SPD Part 2B) to allow Police Scotland to review and provide feedback on information provided.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Re SPD question 4B.6 West Lothian Council will use Dun and Bradstreet's DBAi financial reporting system to assess the financial stability of tenderers. Tenderers with a Failure Score of 50 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that 49 or less will not be considered as having met this criteria. If a tenderer has a Failure Score of less than 50, the tenderer may be required to submit their last three years accounts. In the event that the tenderer is not required to publish accounts and therefore does not have a Dun & Bradstreet or equivalent rating, tenderers should be able to provide financial accounts when requested. The council will then conduct an analysis of the accounts to ensure that there is no significant financial risk. Please note that if you intend on attaching 2 years accounts, these must include financial data over a 3-year period. It is recommended that candidates review their own Dun & Bradstreet Score in advance of submitting their tender. If following this review tenderers consider that the Dun & Bradstreet Score does not reflect their current financial status, details of this should be provided, complete with evidence of a good high street credit rating (the equivalent of Dun & Bradstreet score 50) from a recognised credit referencing agency. The council will review any such information as part of the evaluation of Tenderer's financial status. In the event that a firm 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 Tender Submission is supported by a Parent Company Guarantee. Should after review of the financial evaluation the tenderer fail, then the tender submission may be rejected. Re ESPD Q4B.5.1A&B; 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:",
                    "minimum": "Employers Liability 10,000,000 GBP Public liability 10,000,000 GBP Professional Indemnity 2,000,000 GBP",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Bidders are required to provide 2 examples of experience of delivering services to people with complex care needs in a supported accommodation environment to the scale that is required as part of this contract. Examples should demonstrate providing a service as outlined in the tender specification, this should be a single contract that is of an approximate value (or more), is building based with multiple supported people with a team of on-site staff including night-time support. Your response should include the contract values. These will be scored on a pass/fail basis therefore further evaluation will not take place if unsuitable information is provided.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-08-08T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2024-08-08T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2024-08-08T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "recurrence": {
            "description": "Orignal contract duration is 5 years with the option to extend by up to a further 36 months. If extensions are utilised then the authority anticipate to go out to tender in 2031."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-1335",
            "name": "West Lothian Council",
            "identifier": {
                "legalName": "West Lothian Council"
            },
            "address": {
                "streetAddress": "West Lothian Civic Centre, Howden South Road",
                "locality": "Livingston",
                "region": "UKM78",
                "postalCode": "EH54 6FF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Hayleigh Valentine",
                "email": "hayleigh.valentine@westlothian.gov.uk",
                "faxNumber": "+44 1506281325",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.westlothian.gov.uk/",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-8609",
            "name": "Livingston Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Livingston Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Howden South Road",
                "locality": "Livingston",
                "postalCode": "EH54 6FF",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-1335",
        "name": "West Lothian Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000770915"
        }
    ],
    "language": "en"
}