Provision of Secure Transport for Children and Young People (Ангилья - Тендер #38408179) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 38408179 Дата публикации: 09-02-2023 Источник тендера: Sell2Wales – Government´s Initiative |
||
Contract notice
Directive 2014/24/EU - Public Sector Directive
Directive 2014/24/EU
Section I: Contracting authority I.1) Name and addressesThe City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
UK
Contact person: Lauren Kinnear
Telephone: +44 1315296254
E-mail: lauren.kinnear@edinburgh.gov.uk
NUTS: UKM75
Internet address(es)
Main address: http://www.edinburgh.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
I.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publiccontractsscotland.gov.uk
Regional or local authority
I.5) Main activityGeneral public services
Section II: Object II.1) Scope of the procurement II.1.1) TitleProvision of Secure Transport for Children and Young People
Reference number: CT0855
II.1.2) Main CPV code85300000
II.1.3) Type of contractServices
II.1.4) Short descriptionThe City of Edinburgh Council requires a Provider to deliver a Secure Transport Service for Children and Young People. This Service may be used to transport children and young people who are remanded to secure care through the Courts or for those who are considered to be in need of secure care for their own protection through the Children’s Hearings System.
Tenderers are required to ensure that all staff members associated with this Service hold Protection of Vulnerable Groups (PVG) membership which is managed and delivered by Disclosure Scotland. In addition, staff will be required to have an Enhanced Disclosure. Further details of Disclosure Scotland can be found at https://www.mygov.scot/disclosure-types/. It will be the ongoing responsibility of the Provider to ensure Disclosure Scotland certification is up to date.
II.1.5) Estimated total valueValue excluding VAT: 250 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: No
II.2) Description II.2.2) Additional CPV code(s)85311300
II.2.3) Place of performanceNUTS code:
UKM75
II.2.4) Description of the procurementThe City of Edinburgh Council requires a Provider who can provide the support that meets the requirement for the Provision of Secure Transport for Children and Young People.
This Service does not include the secure transportation of children or young people who have been sentenced via 208 or 205(2) of the Criminal Procedure Scotland Act 1995 as those children or young people are the responsibility of Scottish Ministers and a separate Contract is in place for this.
The Provider shall be responsible for the supervision and secure transfer of children and young people who are the responsibility of the Council and who have been identified as in need of secure transport to keep them or others safe. The provision of the supervision, driver, vehicle and the secure transfer constitute the; ‘Secure Transport Service’. The Service will be required between specified locations.
The Service will encompass the following elements:
Supervision and secure transport from Court or Children’s Hearing to a secure establishment;
Supervision and secure transport to a Court (where the child or young person is in secure care and is appearing due to charges or as a witness);
Supervision and secure transport from Relevant Premises, on Court or Police Scotland business such as an identification parade or Police interviews;
Supervision and secure transport from Relevant Premises for other proceedings, such as Children’s Hearings, as directed by the lead professional;
Supervision and secure transport return to Relevant Premises of children and young people who have absconded and the Police Scotland are not able to return the child or young person; and
Secure supervision and transport between other Relevant Premises either routinely or as a result of an emergency situation
II.2.6) Estimated valueValue excluding VAT: 250 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 60
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationPlease see attached Tender Documents.
Where compulsory professional registration applies to staff associated with this Service, the Provider must ensure that staff are registered in the appropriate part of the Scottish Social Services Council (SSSC) register as required.
Section IV: Procedure IV.1) Description IV.1.1) Type of procedureOpen procedure
IV.2) Administrative information IV.2.1) Previous publication concerning this procedureNotice number in the OJ S:
2022/S 000-024278
IV.2.2) Time limit for receipt of tenders or requests to participateDate: 10/03/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
Section VI: Complementary information VI.2) Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional informationPart III: Section A, B, C & D - 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 above threshold)/8 and 9 of the Procurement (Scotland) Regulations 2016 (below threshold).
Part IV: Selection criteria - B: Economic and financial standing – Question 4B.1 - Tenderers are required to have a minimum “general” annual turnover of 100,000 GBP for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Part IV: Selection criteria - B: Economic and financial standing – Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4:
Current ratio for Current Year: 1.10
Current ratio for Prior Year: 1.10
The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than the requested current ratio. Where a Tenderer’s current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Part IV: Selection criteria - B: Economic and financial standing – Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
a. Employers Liability Insurance - 5 million GBP
b. Public and Product Liability Insurance - 10 million GBP
c. Professional Liability Insurance - 2 million GBP
d. Motor Insurance - 5 million GBP
Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.
CONTRACT SPECIFIC MANDATORY CRITERIA
Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management – Question 4D.1 - It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=715123.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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:
The Council has not set a minimum expectation, you may select Community Benefits from Appendix 1 within the Community Benefits Contract Guidance document or suggest Community Benefits of your choice.
(SC Ref:715123)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=715123
VI.4) Procedures for review VI.4.1) Review bodySheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.4.3) Review procedurePrecise information on deadline(s) for review procedures:
A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.
VI.5) Date of dispatch of this notice08/02/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | lauren.kinnear@edinburgh.gov.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 85300000 | Social work and related services | Health and social work services |
| 85311300 | Welfare services for children and young people | Social work services with accommodation |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |