United Kingdom-Greenock: Social work and related services
Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.
Title | United Kingdom-Greenock: Social work and related services |
OJEU (High Value) | 277974-2020 |
Type | Invitation to tender |
Date Published | 2020-06-15 |
Deadline | 2020-07-10 12:00:00 |
Nature Of Contract | Service contract |
Awarding Authority | |
Procedure | Open procedure |
Description : |
I.1) Name and addresses: NUTS code: UKM83 Communication I.3) Procurement documents (URL):https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html Additional Information I.3.4) Additional information can be obtained from: I.3.6)Tenders or requests to participate must be submitted electronically via: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html I.4) Type of the contracting authority: REGIONAL AGENCY I.5.1) Main Activity: GENERAL PUBLIC SERVICES Provision of Family Support Workers II.1.4) Short description The Family Support Worker will work with families and groups of children identified as our target groups to provide early help and support. They will work with families in primary and secondary schools who are experiencing a range of adversity that impacts on children and young people’s educational attainment. This will also involve working to improve relationships between families, partners and schools. II.01) Estimated value excluding VAT: GBP 900000 II.1.6) This contract is divided into lots: no NUTS code: UKM83 II.1.4) Short description The Family Support Worker will work with families and groups of children identified as our target groups to provide early help and support. They will work with families in primary and secondary schools who are experiencing a range of adversity that impacts on children and young people’s educational attainment. This will also involve working to improve relationships between families, partners and schools. II.2.5) Award criteria: Criteria: Service delivery Weighting: 15.5 Criteria: Quality assurance and performance management Weighting: 8 Criteria: Engagement Weighting: 8 Criteria: Staff training Weighting: 4 Criteria: Added value Weighting: 1.5 Criteria: Fair working practices Weighting: 3 Cost/Price Weighting: 60 Value excluding VAT: GBP 900000 II.2.6) Duration of the contract, framework agreement or dynamic purchasing system II.2.7) II.2.7) II.2.7.5) This contract is subject to renewal: yes II.2.7.6) Description of renewals: Option to extend until 31 March 2022. II.2.10) Variants will be accepted: no The procurement is related to a project and/or programme financed by European Union funds): no III.1.2.3) List and brief description of selection criteria Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet assessment. In order to be considered, applicants must achieve one of the following: III.1.2.4) Minimum level(s) of standards possibly required (a) Where the tenderers Dun and Bradstreet risk indicator is 3 or less, the annual contract value should also be less than 50 % of the tenderers average turnover over the preceding 2 years. or (b) Where the tenderers Dun & Bradstreet risk indicator is 2 or less, the annual contract value should also be less than 75 % of the tenderers average turnover over the preceding 2 years. Please note the important guidance to bidders below: Applicants are strongly advised to satisfy themselves that they meet these criteria as failure of the financial check will mean that their application will not be considered further. applicants should also satisfy themselves that their dun and bradstreet ratings are correct and it is the applicant’s responsibility to raise any queries with dun and bradstreet if they feel a correction is required. the council will rely on the risk rating it obtains at the time it performs the D&B financial check. You must provide your average yearly turnover for the last 2 years. Turnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted. If you are unable to provide the turnover information required due to being exempt from submission of full audited accounts, please provide an explanation on why you are exempt in response to this question. If you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit alternative information and documentation on your financial position should this be required at any point. This information could be required at Selection or in the event that the bidder is identified as the preferred bidder. III.1.3.2) List and brief description of selection criteria ESPD 4C.1.2: Technical and professional ability (services) ESPD 4C.6 :Technical and Professional (qualifications) III.1.3.3) Minimum level(s) of standards possibly required ESPD 4C.1.2: Technical and professional ability (services) Bidders will be required to provide 2 examples that demonstrate that they have the relevant experience to deliver a family support worker service in primary and secondary schools in the past 3 years. Examples must demonstrate you have experience of delivering a contract of a similar size and nature that can be transferrable into the context of this contract opportunity. ESPD 4C.6: Technical and professional (qualifications) All Family Support Worker team staff must be appropriately trained and qualified to HNC in Social Care or SVQ Level 3 in social care or equivalent. All Family Support Worker team staff appointed to the contract will be required to have an up-to-date enhanced disclosure Scotland PVG carried out at the providers cost before being able to provide these services. References may be sought as part of the procurement process. IV.1.1) Type of procedure: Open IV.2.1) Time limit for receipt of tenders or requests to participate IV.2.2) Date 2020-07-10 IV.2.2) Local time 12:00 IV.2.6) Tender must be valid until 2020-11-09 IV.2.7) Conditions for opening of tenders IV.2.7) Date 2020-07-10 IV.2.7) Local time 12:00 Additional Information: 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. Insurance (ESPD 4B): It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance as indicated below: Employer’s (compulsory) liability insurance = GBP 5 m Public liability = GBP 5 m including an indemnity against abuse claims with no inner limit Professional indemnity = GBP 1 m ESPD Part 3D Labour Law Bidders must detail in response to this question, any breaches of Labour Law inclusive of any Health and Safety Breaches and complete where applicable all related conditional questions. ESPD 4C Subcontractors Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. ESPD 4D Quality management procedures The bidder must hold a UKAs (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) OR hold the information contained in the buyer attachment area in PCS-T (file name ‘Contract Notice Additional Information’) Health and safety The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or hold the information contained in the buyer attachment area in PCS-T (file name ‘Contract Notice Additional Information’) ESPD Health and Safety. Technical envelope 2.4 part A: child protection policy The bidder must have a documented child protection policy that fully meets the protection of The Children (Scotland) Act 1995, the children’s Hearings (Scotland) Act 2011 and children and young people (S) Act 2014 and the guidance in protecting children and young people: The Charter (Scottish Executive, 2004). Technical envelope 2.5 part A: complaints procedure The bidder must comply with Inverclyde Council's Complaints Handling Procedure. Technical envelope 2.6 part A: data protection, data retention and secure destruction The bidder must demonstrate appropriate compliance with the data protection laws for data protection, data retention and secure destruction by providing a copy of their Policy/Policies It will also be a condition of contract that tenderers comply with Inverclyde Council's General Conditions of contract, special conditions of contract, specification, contract information for tenderers and enter into a data sharing agreement with Inverclyde Council. The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 16235. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:620293). Review body: Date of dispatch of this notice : 2020-06-10 |
CPV Codes |
85300000; 85000000; 80100000; 85311300; Social work and related services; Health and social work services; Primary education services; Welfare services for children and young people; |
Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions. |
|