Tender

Ravenswood Housing Support

  • East Dunbartonshire Council

F02: Contract notice

Notice identifier: 2021/S 000-002898

Procurement identifier (OCID): ocds-h6vhtk-0292b9

Published 12 February 2021, 1:24pm



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

Email

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