Home From Hospital Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

West Lothian Council
West Lothian Civic Centre, Howden South Road
Contact point(s): Corporate Procurement
For the attention of: Mark Duignan
EH54 6FF Livingston
UNITED KINGDOM
Telephone: +44 1506281813
E-mail:
Fax: +44 1506281325

Internet address(es):

General address of the contracting authority: http://www.westlothian.com/councilcontracts

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Home From Hospital Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: West Lothian.

NUTS code UKM28

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The commissioning of services to encourage and facilitate the confidence and independence of individuals throughout West Lothian in their first six weeks after discharge from hospital.
The tender will be conducted on the Public Tenders Scotland web site portal.

To express interest and obtain access to the tender documents please click on the link below: https://www.publictendersscotland.publiccontractsscotland.gov.uk

If you are not already registered with Public Tenders Scotland registration will be required.
II.1.6)Common procurement vocabulary (CPV)

85000000, 85300000, 85310000, 85312000, 85320000

II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
As defined in the service specification attached to the tender.
Overall estimate of total hours is 10 000 per annum.
Estimated value excluding VAT: 120 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Two x 12-month extension options.
Provisional timetable for recourse to these options:
in months: 12 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
II.3)Duration of the contract or time limit for completion
Duration in months: 12 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Advance payment.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(6) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
Charities to be registered with national charity registrar.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
PS1516
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2012/S 115-190303 of 19.6.2012

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 31.8.2012
IV.3.4)Time limit for receipt of tenders or requests to participate
20.9.2012 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Date: 20.9.2012 - 12:00

Place:

West Lothian Civic Centre.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: The contract may be extended for up to two years and may be re-tendered after this term.
VI.2)Information about European Union funds
VI.3)Additional information
West Lothian Council is under no obligation to accept the lowest or any tender.
Prior to contract award the council will require evidence of mandatory minimum insurance cover, business probity and regulatory/legislative compliance.
This tender process is related to the contracting of a Part B Service.
(SC Ref:233793).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

West Lothian Council
West Lothian Civic Centre
EH54 6FF Livingston
UNITED KINGDOM
E-mail:

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a voluntary standstill period of 10 calendar day before entering into the contract at the point information on the award of the contract is communicated to tenderers. Any appeal should be directed to the contact details set out in VI.4.3) below. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts (Scotland) Regulations 2012 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the Sheriff Court or the Court of Session in Scotland. Where a contract has not been entered into the Court may order the setting aside of the contract award decision or order the Authority to amend any documents and may award damages. If the contract has already been entered into when the appeal is lodged, the Court may only award damages unless satisfied that one of the prescribed grounds for ineffectiveness applies. Any action must be brought promptly (generally within 3 months).
VI.4.3)Service from which information about the lodging of appeals may be obtained

West Lothian Council
West Lothian Civic Centre
EH54 6FF Livingston
UNITED KINGDOM
E-mail:

VI.5)Date of dispatch of this notice:
27.7.2012