Section one: Contracting authority
one.1) Name and addresses
East Dunbartonshire Council
Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place
Kirkintilloch
G66 1TJ
Contact
Lorna Dunn
lorna.dunn@eastdunbarton.gov.uk
Telephone
+44 1415745750
Fax
+44 1415745529
Country
United Kingdom
NUTS code
UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Internet address(es)
Main address
http://www.eastdunbarton.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00225
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Social protection
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Ravenswood Housing Support
Reference number
EDC/2020/3081
two.1.2) Main CPV code
- 70333000 - Housing services
two.1.3) Type of contract
Services
two.1.4) Short description
The Council has a duty to provide temporary accommodation and carry out Housing Support assessments on homelessness households.
In accordance with the Scottish Governments Rapid Rehousing Programme we are looking to have Ravenswood provision in place until end of 2024/25.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85311000 - Social work services with accommodation
two.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance
East Dunbartonshire
two.2.4) Description of the procurement
The provision of support services for temporary accommodation for homelessness households.
two.2.5) Award criteria
Quality criterion - Name: Method Statement/Service Delivery Plan / Weighting: 25
Quality criterion - Name: Contract Management / Weighting: 20
Quality criterion - Name: Key Personnel / Weighting: 20
Quality criterion - Name: Management Information and Invoicing / Weighting: 15
Quality criterion - Name: Work Force Matters / Weighting: 10
Quality criterion - Name: Community Benefits / Weighting: 10
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Services will need to be renewed as they will still be required, when the end of the current contract draws near.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
4A.1 - If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
4A.2 - Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships.
three.1.2) Economic and financial standing
List and brief description of selection criteria
4B.1.2 - Average yearly turnover
4B.2.2 - Average yearly turnover in business area covered by the contract
4B.3
4B.4 - Financial ratios
4.B.5 - Insurance
Minimum level(s) of standards possibly required
4B.1.2 - Bidders will be required to have an average yearly turnover of a minimum of 800000GBP for the last 3 years.
4B.2.2 - Bidders will be required to have an average yearly turnover of a minimum of 800000GBP in the business area covered by the contract for the last 3 years.
4B.3 - Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
4B.4 - Bidders will be required to state the value(s) for the following financial ratio(s):
Type of Ratio: Acid Test
Description: Current Assets-Stock/Current Liability
4.B.5 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 10 000 000GBP
Public Liability Insurance = 10 000 000 GBP
Professional Risk Indemnity Insurance = 5 000 000GBP
Minimum Requirement: A company with an Acid Test Ratio of less than 1 cannot currently fully pay back its current liabilities. Therefore to pass the Acid Test Ratio question the bidder must have a score of greater than 1.
Type of Ratio: Return on Capital %
Description: Profit/Capital Employed
Minimum Requirement: Return on capital employed or ROCE is used to prove the value the business gains from its assets and liabilities. To pass this question EDC require the bidder to score a positive figure/Percentage.
Type of Ratio: Current Ratio
Description: Current Assets/Liabilities
Minimum Requirement: The current Ratio is a liquidity ratio that measures a company's ability to pay short-term obligations. To pass this question EDC require the bidder to achieve a score of greater than 1.
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1 - Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
4C.8.1 - Bidders will be required to confirm their average annual manpower for the last three years.
4C.8.2 - Bidders will be required to confirm their and the number of managerial staff for the last three years.
4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
three.2) Conditions related to the contract
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) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 March 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 1 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
5 March 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: January 2026
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The statement for a Find a Tender Service (FTS) notice:
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.
The statement for sub-threshold (Site) notices:
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17325. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:635572)
six.4) Procedures for review
six.4.1) Review body
Sheriff Clerks Office
PO Box 23, 1 Charlton Place
Glasgow
G5 9DA
Country
United Kingdom