Tender

2024-Aberdeen City-Housing First and Outreach Support Services

  • Aberdeen City Council

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

Notice identifier: 2024/S 000-012979

Procurement identifier (OCID): ocds-h6vhtk-04540a

Published 22 April 2024, 2:36pm



Section one: Contracting authority

one.1) Name and addresses

Aberdeen City Council

Woodhill House, Westburn Road

Aberdeen

AB16 5GB

Email

SocialCareCPSS@aberdeencity.gov.uk

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.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

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

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

2024-Aberdeen City-Housing First and Outreach Support Services

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 requires the provision of a joint Outreach and Housing First support service to meet the needs of homeless clients with a wide range of support needs.

Currently there are two separate contracts in place covering the above required service, including Outreach Housing Support (OHS) and Housing First (HF), however, the Council has taken the decision to tender as one single contract to increase the flexibility to allow for changes in assessed need of clients.

The contract term is three years plus the option to extend by up to 24 months.

The annual contract value is GBP1275150

The maximum budget for the service (including two-year optional extension i.e., five years) is GBP6375750.

two.1.5) Estimated total value

Value excluding VAT: £6,375,750

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
Main site or place of performance

Aberdeen City

two.2.4) Description of the procurement

Aberdeen City Council requires a joint Outreach and Housing First Support Service within Aberdeen City.

The Service Provider will be required to meet the needs of homeless clients with a wide range of support needs ranging from those with medium level, or high tariff housing support needs, to those with severe and multiple disadvantage, or complex needs as defined by the Scottish Government Rapid Rehousing Transition Plan (RRTP) documentation, as benefitting from intensive wrap-around support and a Housing First approach to re-housing. The aim of the service is to allow a flexible and person-centred approach to support, to give the service provider the ability to adapt the level of support provided as the needs of service users change.

The Outreach Housing Support service will initially provide for 500 participants over the course of a contract year who are either threatened with or experiencing homelessness; or identified as needing medium to high need housing support to sustain their mainstream council tenancy.

The Housing First 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. Similarly, it is expected that the service will be flexible in adapting to changes in demand between the varying levels of support. The Service Provider will maintain fidelity to the Housing First principles for those receiving Housing First support.

The initial contract term is 3 years, plus two optional one year extension (3+1+1)

two.2.6) Estimated value

Value excluding VAT: £6,375,750

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 estimated value provided, i.e.,GBP6375750 is based on the maximum 5 year period.

The estimated contract value for the initial 3 year term is GBP 3825450


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

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

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.


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.11) Main features of the award procedure

Open Procedure.

The contract will be awarded using MEAT. Quality to Price ratio is 80:20

four.2) Administrative information

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

Date

3 June 2024

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

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.

*The following applies if no credit check can be undertaken:

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.

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26598. 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:

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:

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:

Specific Community Benefits objectives for this procurement are as follows:

-Fair Work First (FWF)

-Innovation and Case Studies

-Carbon Reduction

(SC Ref:764416)

six.4) Procedures for review

six.4.1) Review body

Aberdeen Sheriff Court

Castle Street

Aberdeen

AB10 1WP

Telephone

+44 1224657200

Country

United Kingdom

Internet address

www.scotcourts.gov.uk