Section one: Contracting authority
one.1) Name and addresses
South Ayrshire Council
County Buildings, Wellington Square
Ayr
KA7 1DR
procurement@south-ayrshire.gov.uk
Telephone
+44 3001230900
Country
United Kingdom
NUTS code
UKM94 - South Ayrshire
Internet address(es)
Main address
http://www.south-ayrshire.gov.uk/procurement/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00405
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
CE-25-21 - Delivery of a Housing Support Service to people aged over 26 years old
two.1.2) Main CPV code
- 70333000 - Housing services
two.1.3) Type of contract
Services
two.1.4) Short description
Delivery of a Housing Support Service to people aged over 26 years old
two.1.5) Estimated total value
Value excluding VAT: £1,917,200
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 75123000 - Administrative housing services
- 85300000 - Social work and related services
- 85311000 - Social work services with accommodation
- 85310000 - Social work services
- 98000000 - Other community, social and personal services
- 75200000 - Provision of services to the community
two.2.3) Place of performance
NUTS codes
- UKM94 - South Ayrshire
two.2.4) Description of the procurement
The principal objectives of the contract are to;
- To establish a single service provider contract to deliver an outreach support model providing person-centred Housing Support to people aged 26 and over, living in temporary or permanent housing in the community who are due to be discharged from an institution where there is a risk of homelessness and people who are sleeping rough.
- The service will provide a relationship and strength-based service that supports people to achieve their goals, identified through a Better Futures assessment. People receiving support will leave the service with improved capacity to manage their own accommodation, health, safety, security, social and economic wellbeing and employment related issues.
- Work with people and a range of partner agencies to prevent homelessness where possible. Where homelessness cannot be prevented, work with people and partner agencies to achieve a positive housing outcome and provide education and training to build a person’s capacity in identified areas to promote tenancy sustainment and prevent repeat homelessness from occurring.
- Support people to maximise resources when furnishing their home to assist them to create a homely environment.
- Improve access to, and sustainment of tenancy levels within the private rented sector.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 years (+1)(+1)
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
It is a requirement of this procurement that Tenderers hold, or can commit to obtain, prior to the commencement of any subsequently awarded Contract, the accreditations indicated below:
Service Providers must be registered with the Care Inspectorate
Staff will be registered with The Scottish Social Services Council (SSSC)
Evidence for this requirement will be requested at the “Request For Documentation” Stage.
three.1.2) Economic and financial standing
List and brief description of selection criteria
It is a requirement of this procurement that Tenderers hold, or can commit to obtain, prior to the commencement of any subsequently awarded Contract, the insurance and financial requirements indicated below:
Insurances:
Employers Liability Insurance (Compulsory) = 10 million GBP in respect of each claim without limit to the number of claims.
Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims.
Motor Vehicle Insurance = Minimum Third Party Motor Vehicle Liability in respect of any motor vehicle or plated plant used.
Professional Indemnity Insurance = 1 million GBP in aggregate without limit to the number of claims.
Evidence for insurance requirements will be requested at the “Request For Documentation” Stage.
Documentation requested for the above insurances will include the names of insurers, policy numbers, expiry dates, limits of any one incident, annual aggregate caps, excesses and claims handling procedures.
Financial Standing:
The Council will access a Creditsafe report for a Tenderer’s organisation and use the information contained within to assist with the assessment of the Tenderer’s economic and financial standing.
In the event that this analysis is unavailable or unsatisfactory the Council will request the following information below:
A copy of the organisation’s audited accounts or equivalent for the most recent 2 years, along with details of any significant changes since the last year end.
OR
A statement of the organisation's turnover; profit and cash flow for the most recent full year of trading or where a full year trading has not been completed the same information for the period applicable. NOTE if this information is not available in an audited format Tenderers may be required to provide an end of period balance sheet or make the response specified below.
OR
If Tenderers are unable to provide the information requested above, they may be required to provide additional information and documentation that will give the Authority the assurance that they are capable of carrying out any subsequent awarded contract. For example, a statement of their organisation's cash flow forecast for the current year and a letter from the organisation's bank outlining the current cash and credit position or other alternative means of demonstrating financial standing.
Once the Council has received and considered such financial information as is made available in line with the requirements above, the Council shall have discretion to ask Tenderers to provide either a parent company guarantee and/or a guarantee from an agreed financial institution as it considers appropriate (acting reasonably).
In the event that additional measures are requested, the Council shall, in its sole discretion, determine the terms of those measures that it deems as acceptable. If Tenderers cannot provide measures to the satisfaction of the Council then their submission may be rejected.
Evidence for this requirement may be requested at the “Request For Documentation” Stage.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Tenderers will be required to provide evidence of having the necessary capacity and capability to deliver the requirements for the Delivery of a Housing Support Service to 16-25yr olds. The below requirements will be requested at the “Request For Documentation” Stage:
Two (2) examples of the provision of similar services may be requested and must be from within the last 3 years for goods and services and within the last 5 years of work contracts.
If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided.
Tenderers may also be required to provide:
Technical Skills
A statement of the relevant professional and technical skills available within your organisation; or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise.
Guidance
The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant professional and technical skills required for this procurement exercise.
Technical Resources
A statement of the relevant technical resources such as the tools, plant, facilities and technical equipment available to your organisation, or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise.
Guidance
The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant technical resources for this procurement exercise.
Technical Confirmation
If available, copies of completion certificates or customers' written declaration which validates the examples you have provided.
Guidance
If you cannot provide certificates or customer declarations the Authority may choose to contact customers cited directly in order to validate the experience examples you have provided without any further reference to you.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See PCS Tender documents
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
30 April 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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
30 April 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: February 2025
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
See PCS Tender documents
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18301. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
This procurement will include a Community Benefit requirement.
It has become clear that there is scope within the Procurement Reform (Scotland) Act 2014 which applies to public contracts, to use contracts to deliver wider social benefits such as:
- Targeted recruitment and training (providing employment and training opportunities/Apprenticeships)
- SME and social enterprise development
- Community engagement
As part of your tender response, Tenderers are requested to provide an outline of all community benefits they can offer for this contract.
(SC Ref:648878)
six.4) Procedures for review
six.4.1) Review body
Ayr Sheriff Court
Sheriff Court House, Wellington Square
Ayr
Country
United Kingdom