Tender

Temporary Accommodation & Associated Services Flexible Purchasing System

  • The City of Edinburgh Council

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2023/S 000-001414

Procurement identifier (OCID): ocds-h6vhtk-028fbf

Published 17 January 2023, 2:18pm



Section one: Contracting authority

one.1) Name and addresses

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

Email

john.youngs@edinburgh.gov.uk

Telephone

+44 1314693922

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.edinburgh.gov.uk

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