Section one: Contracting authority
one.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
Telephone
+44 1314693922
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Temporary Accommodation & Associated Services Flexible Purchasing System
Reference number
CT0627
two.1.2) Main CPV code
- 85300000 - Social work and related services
two.1.3) Type of contract
Services
two.1.4) Short description
The City of Edinburgh Council established a flexible purchasing system for temporary accommodation in March 2022. This was a long-term opportunity with the aim to increase Edinburgh’s capacity for temporary accommodation.
The Council require accommodation and associated services which are tailored to resident’s needs, can adapt by flexing capacity whilst having a focus on value for money and allows continued change and improvement.
The Council are re-opening applications to the flexible purchasing system for Category 2 - Temporary Accommodation with Residential Support, specifically: Category 2a – Supported Lodgings, and
Category 2C – Homeless Accommodation with Support.
The Council will be using the PCS-Tender online portal to run and manage the opportunity, and as such strongly encourage interested potential providers to attend training on the operation of the purchasing system and PCS-T.
two.1.5) Estimated total value
Value excluding VAT: £430,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85310000 - Social work services
- 85311000 - Social work services with accommodation
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
This category is designed to provide accommodation with access to residential support. The level of support required may vary per sub-category.
Sub-Categories will be used to further detail the accommodation and support requirements for each method of delivery.
The Council are re-opening applications to the flexible purchasing system for Category 2a – Supported Lodgings, and
Category 2C – Homeless Accommodation with Support.
Please see individual specifications for more information.
two.2.7) Duration of the contract or the framework agreement
Duration in months
108
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Please see Bidder Guidance Document for more information on the operation of the Purchasing System and how to apply.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Category 2 & 4
Providers must hold or commit to obtaining the following in order to receive Call-Off Contracts.
- Employers Liability Insurance (5 million GBP)
- Public Liability Insurance (10 million GBP)
- Building Insurance & Licenses (in accordance with property requirements)
- HMO License (if required)
- PVG Clearance for all relevant staff
- Care Inspectorate Registration, of at least Grade 4. (if required).
- In addition, providers must satisfy the Council's financial probity assessment
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please see contract specific KPI information contained within the relevant specifications.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.1.3) Information about a framework agreement
The procurement involves the establishment of a framework agreement
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Contract is being operated as a Flexible Purchasing System under the Light Touch Regime and therefore will have a term of 10 years. The Framework commenced on March 2022.
four.1.10) Identification of the national rules applicable to the procedure
Information about national procedures is available at: https://www.legislation.gov.uk/ssi/2015/446/contents/made
four.1.11) Main features of the award procedure
Category 2 - 40% quality, 60% cost
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-002153
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 February 2023
Local time
11:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Please see additional information in the attached documentation and utilise the Q&A function if you have any questions.
Please note; the information contained within this notice and attached documents is subject to further development and change.
Please note; the establishment of a Flexible Purchasing System will act as platform for the future procurement of temporary accommodation and as such is not a guarantee of any work or financial commitment.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 18459. 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
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 Community Benefits sought through this contract will be proportionate to individual provider's annual contract value. Community Benefits should be to the benefit of the Community as whole however the Council will actively aim to secure Community Benefits which aide in the implementation of the Council's Rapid Rehousing Transition Plan, where possible.
(SC Ref:719277)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom