Tender

Housing First - Aberdeen City

  • Aberdeen City Council

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

Notice identifier: 2021/S 000-008453

Procurement identifier (OCID): ocds-h6vhtk-02a876

Published 21 April 2021, 12:34pm



Section one: Contracting authority

one.1) Name and addresses

Aberdeen City Council

Woodhill House, Westburn Road

Aberdeen

AB16 5GB

Contact

Marie Moore

Email

SocialCareCPSS@aberdeencity.gov.uk

Telephone

+44 1467538552

Country

United Kingdom

NUTS code

UKM50 - Aberdeen City and Aberdeenshire

Internet address(es)

Main address

http://www.aberdeencity.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00231

one.3) Communication

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://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

Housing First - Aberdeen City

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Aberdeen City Council is seeking to collaborate with other service provider/s to deliver a Housing First Service within Aberdeen City.

The service provider will have to meet the needs of homeless clients aged 16+ with severe and multiple disadvantage, or complex needs as defined by the Scottish Government RRTP documentation, as benefitting from intensive wrap-around support and a Housing First approach to re-housing.

The service will initially provide for 50 participants who are receiving a Housing First approach to their identified support needs and have been housed. Over time it is expected that the service will take new referrals as program spaces are vacated. The service requirements of the Service provider include securing social and private landlords to provide properties for individuals on the Housing First programme, 24/7 point of contact support which is assertive and intensive, undertaking statutory consultation and co-ordinating partnership working.

two.1.5) Estimated total value

Value excluding VAT: £1,200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKM50 - Aberdeen City and Aberdeenshire

two.2.4) Description of the procurement

Aberdeen City Council is seeking to collaborate with other service provider/s to deliver a Housing First Service within Aberdeen City.

The service provider will have to meet the needs of homeless clients aged 16+ with severe and multiple disadvantage, or complex needs as defined by the Scottish Government RRTP documentation, as benefitting from intensive wrap-around support and a Housing First approach to re-housing.

two.2.6) Estimated value

Value excluding VAT: £1,200,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

36

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

The cost noted above is for the three year contract period. The duration of the contract is 3 years with no option to extend.


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

PCST - SPD:

Question 4A.2 – Care Inspectorate registration

Bidders must confirm that they are appropriately registered with the Care Inspectorate for the services required.

Question 4C.1.2 - Relevant experience

Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described. A minimum of two examples will be required.

Question 4B.5 - The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice:

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 Liability Insurance = GBP10m

Public Liability Insurance = GBP5m


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.11) Main features of the award procedure

PCST

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 June 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.3) Additional information

SPD Section (Part IV):

Question 4B.4 -

1.The Council shall obtain a Creditsafe credit check and will score bidders accordingly:

71 - 100 Very Low Risk – Accept

51 - 70 Low Risk - Accept

30 - 50 Moderate Risk – subject to further discussion internally with the option to reject.

21-29 High Risk – subject to further discussion internally with the option to reject.

1-20 Very High Risk – Reject.

2. Please state current turnover (if contract value is over 50% of reported turnover, further discussion will be had internally with the option to reject).

3. If you are under no obligation to publish accounts on Companies House and/or do not have a comprehensive credit rating then provide audited financial accounts for the previous two years. Both quick and current ratios should be a minimum of 1:1.5 for the two successive years. Bidders whose ratios do not meet the minimum criteria will be rejected. Bidders who can provide audited accounts but chose not to do so shall be rejected.

4. Bidders who have been trading for less than one year and cannot provide audited accounts must submit the cash flow for the current year and a letter from the bank outlining the current cash and credit position for the current year and subsequent year. This will be subject to internal discussion with the option to reject.

5. If bidder still does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their submission is supported by a parent company guarantee.

Please see III.1.4

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18500. 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:

Community benefits are included in this requirement. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

There will be two tender questions in relation to Specific Community Benefits objectives for this procurement which are as follows:

Fair Work Framework

Please describe and demonstrate how you will commit to progressing towards adopting the five Fair Work First criteria for workers (including any agency or sub-contractor workers) engaged in the delivery of this contract. This should include current and planned actions that show how you will embed these practices during the lifetime of this contract. Answers should include tangible and measurable examples and should also describe how you will report on, and demonstrate progress, to the contracting authority during the lifetime of the contract.

Good answers will reassure evaluators that your company is committed to progressing towards adopting the Fair Work First criteria and to progressing towards wider fair work practices set out in the Fair Work Framework for the workers engaged in the delivery of this contract and those in the supply chain working on this contract.

Innovation/Case Studies

If you are the successful bidder you will be expected to outline how you will meet this requirement once a year for each year of the contract.

A case study could include an example of best practice or significant achievement on the project; an example of how innovation has been

demonstrated or examples of positive outcomes resulting from the delivery of community benefits.

(SC Ref:651246)

six.4) Procedures for review

six.4.1) Review body

Aberdeen Sherriff Court

Castle Street

Aberdeen

AB10 1WP

Telephone

+44 1224657200

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/