Notice Information
Notice Title
Care At Home Services Framework
Notice Description
West Lothian Council has a requirement to purchase Care at Home services from external service providers. Care at Home services provide personalised care, including social and emotional support to enable people to continue or resume residing in their own home. The purpose of the service is to ensure quality of life for the individual, while enabling them to retain their independence. Successful delivery of the service involves putting the person at the centre of the decisions about the way they live and the support that they want to receive. The Council wish to appoint successful service providers to a framework, in addition to two block contracts which are being advertised separately. The highest service providers will be appointed to the framework and must score at least 50% of the maximum available quality score to be appointed to the framework.
Lot Information
Lot 1
West Lothian Council has a requirement to purchase Care at Home services from external service providers. Care at Home services provide personalised care, including social and emotional support to enable people to continue or resume residing in their own home. The purpose of the service is to ensure quality of life for the individual, while enabling them to retain their independence. Successful delivery of the service involves putting the person at the centre of the decisions about the way they live and the support that they want to receive. Service providers will be expected to provide high quality services in line with the Care at Home and housing support national care standards to : People aged 16 years and older who are living in their own home and ; who are deemed ordinarily resident in West Lothian and ; who have been assessed as meeting the eligibility criteria. Providers will be required to adopt Adoption of an Electronic Call Monitoring system as specified by the Council is a condition of the contract. Payment will be based on actual service hours adjusted in accordance with a banding system. The highest ranked providers will be appointed to the framework and will need to score at least 50% of the maximum available quality score to be appointed to the framework. In accordance with provisions 74 - 76 of the Public Contracts (Scotland)Regulations 2015 for the Award of contracts for social and other specific services, the Council is utilising the flexibility offered whilst complying with the EU Treaty principles of equal treatment and transparency. This will allow the framework to be re-opened to competition for new entrants at the discretion of the Council each year on 1 April. In accordance with section 67 (5) of the Public Contracts (Scotland) Regulations 2015, i.e. the cost element may also take the form of a fixed price or cost on the basis of which economic operators will compete on quality criteria only, the cost element is 18.00GBP per hour.
Renewal: West Lothian Council will have the option to extend for up to two further 12 month periods. Any period of extension will be at the sole discretion of West Lothian Council.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000582358
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN356188
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Framework
- 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
- £32,800,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 3 Jun 20196 years ago
- Submission Deadline
- 8 Jul 2019Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 1 Oct 2019 - 30 Sep 2021 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WEST LOTHIAN COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN356188
Care At Home Services Framework - West Lothian Council has a requirement to purchase Care at Home services from external service providers. Care at Home services provide personalised care, including social and emotional support to enable people to continue or resume residing in their own home. The purpose of the service is to ensure quality of life for the individual, while enabling them to retain their independence. Successful delivery of the service involves putting the person at the centre of the decisions about the way they live and the support that they want to receive. The Council wish to appoint successful service providers to a framework, in addition to two block contracts which are being advertised separately. The highest service providers will be appointed to the framework and must score at least 50% of the maximum available quality score to be appointed to the framework.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000582358-2019-06-03T00:00:00Z",
"date": "2019-06-03T00:00:00Z",
"ocid": "ocds-r6ebe6-0000582358",
"initiationType": "tender",
"parties": [
{
"id": "org-57",
"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"
},
"contactPoint": {
"email": "cpu@westlothian.gov.uk",
"telephone": "+44 1506281814",
"faxNumber": "+44 1506281325"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
]
}
}
],
"buyer": {
"name": "West Lothian Council",
"id": "org-57"
},
"tender": {
"id": "CC9169",
"title": "Care At Home Services Framework",
"description": "West Lothian Council has a requirement to purchase Care at Home services from external service providers. Care at Home services provide personalised care, including social and emotional support to enable people to continue or resume residing in their own home. The purpose of the service is to ensure quality of life for the individual, while enabling them to retain their independence. Successful delivery of the service involves putting the person at the centre of the decisions about the way they live and the support that they want to receive. The Council wish to appoint successful service providers to a framework, in addition to two block contracts which are being advertised separately. The highest service providers will be appointed to the framework and must score at least 50% of the maximum available quality score to be appointed to the framework.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "85000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM78"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 32800000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2019-07-08T12:00:00Z"
},
"awardPeriod": {
"startDate": "2019-07-08T12:00:00Z"
},
"documents": [
{
"id": "JUN356188",
"documentType": "contractNotice",
"title": "Care At Home Services Framework",
"description": "West Lothian Council has a requirement to purchase Care at Home services from external service providers. Care at Home services provide personalised care, including social and emotional support to enable people to continue or resume residing in their own home. The purpose of the service is to ensure quality of life for the individual, while enabling them to retain their independence. Successful delivery of the service involves putting the person at the centre of the decisions about the way they live and the support that they want to receive. The Council wish to appoint successful service providers to a framework, in addition to two block contracts which are being advertised separately. The highest service providers will be appointed to the framework and must score at least 50% of the maximum available quality score to be appointed to the framework.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN356188",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "West Lothian Council has a requirement to purchase Care at Home services from external service providers. Care at Home services provide personalised care, including social and emotional support to enable people to continue or resume residing in their own home. The purpose of the service is to ensure quality of life for the individual, while enabling them to retain their independence. Successful delivery of the service involves putting the person at the centre of the decisions about the way they live and the support that they want to receive. Service providers will be expected to provide high quality services in line with the Care at Home and housing support national care standards to : People aged 16 years and older who are living in their own home and ; who are deemed ordinarily resident in West Lothian and ; who have been assessed as meeting the eligibility criteria. Providers will be required to adopt Adoption of an Electronic Call Monitoring system as specified by the Council is a condition of the contract. Payment will be based on actual service hours adjusted in accordance with a banding system. The highest ranked providers will be appointed to the framework and will need to score at least 50% of the maximum available quality score to be appointed to the framework. In accordance with provisions 74 - 76 of the Public Contracts (Scotland)Regulations 2015 for the Award of contracts for social and other specific services, the Council is utilising the flexibility offered whilst complying with the EU Treaty principles of equal treatment and transparency. This will allow the framework to be re-opened to competition for new entrants at the discretion of the Council each year on 1 April. In accordance with section 67 (5) of the Public Contracts (Scotland) Regulations 2015, i.e. the cost element may also take the form of a fixed price or cost on the basis of which economic operators will compete on quality criteria only, the cost element is 18.00GBP per hour.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2019-10-01T00:00:00Z",
"endDate": "2021-09-30T00:00:00Z"
},
"hasRenewal": true,
"renewal": {
"description": "West Lothian Council will have the option to extend for up to two further 12 month periods. Any period of extension will be at the sole discretion of West Lothian Council."
}
}
],
"bidOpening": {
"date": "2019-07-08T12:00:00Z"
},
"contractTerms": {
"performanceTerms": "The provider must follow the requirements set out in the service specification and comply with all statutory requirements in the delivery of the service. This is regarded as a mandatory requirement. Notwithstanding any conditions agreed in the service specification, all terms and conditions set out in the main full contract will apply."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Registration with the Care Inspectorate - Level 3 is a mandatory requirement. Where providers have no previous registration history, they will be required to provide evidence of a level 3 grade within the first 12 months of the contract commencement."
},
{
"type": "economic",
"description": "Minimum Insurance required is: Employers Liability 10,000,000 GBP (Ten Million GBP) subject to legislative requirements. Professional Indemnity 2,000,000 GBP (Two Million GBP) Public liability 5,000,000 GBP (Five Million GBP) - Employers should hold insurance at a minimum level of 5m GBP in line with current legislation unless specifically exempt. Re ESPD 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 35 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that below 35 will not be considered as having met this criteria. If a tenderer has a Failure Score of less than 35, 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 35) 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. Whilst there is no exclusion criteria pertaining to minimum turnover requirements, bidders are required to enter details of general yearly turnover for the last three years within the Invitation to Tender."
},
{
"type": "technical",
"description": "Bidders are required to provide specific examples of carrying out similar services performed during the last three years. Bidders are also required to provide point of contact details at stated respective organisations. Please note that West Lothian Council reserve the right to request references without notifying yourself."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"techniques": {
"hasFrameworkAgreement": true
},
"classification": {
"id": "85000000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2019/S 010-018895"
}
],
"description": "Registration with the Care Inspectorate - Level 3 is a mandatory requirement for this framework ; Where providers have no previous registration history, they will be required to provide evidence of a level 3 grade within the first 12 months of contract commencement. Only those service providers who achieve a score of at least 50 (fifty)% of the maximum quality score will be considered for appointment to the framework. The Council will have the discretion to re-open the framework on 1st April of each year. With reference to ESPD question Q2B; complete information for all company directors, using home address. 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. Additional Information within the Invitation to Tender for Quality Management and Health and Safety requirements can be found at the following link : https://www.westlothian.gov.uk/article/11428/Changes-to-Public-Procurement-Rules The HSE website will be checked for breaches. Should West Lothian Council's Health and Safety team not be satisfied with the outcome your tender will be rejected. 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 further information regarding regulated procurements of OJEU threshold and above, please refer to Regulations 58 and 59 of The Public Contracts (Scotland) Regulations 2015. Police Scotland will be consulted with regards to Serious and Organised Crime checks. Any links to this type of activity may cause your tender to be rejected. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 13462. 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 The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason: Whilst this framework is above 4m GBP, it is envisaged that a significant number of providers will be appointed. Whilst a Community Benefits Clause is not incorporated, where bidders include any Community Benefits within their submission, these will be accepted by the council via the contract variation process and the service provider will be expected to deliver as part of the contract. (SC Ref:582358)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000582358"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}