Opportunity

The Provision of Housing Support Services for Single Homeless People & Childless Couples who may have Complex Needs

  • The Renfrewshire Council

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

Notice reference: 2021/S 000-017546

Published 23 July 2021, 4:45pm



Section one: Contracting authority

one.1) Name and addresses

The Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1WB

Contact

Sarah Walker

Email

sarah.walker@renfrewshire.gov.uk

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.renfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400

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

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The Provision of Housing Support Services for Single Homeless People & Childless Couples who may have Complex Needs

Reference number

RC-CPU-20-381

two.1.2) Main CPV code

  • 70333000 - Housing services

two.1.3) Type of contract

Services

two.1.4) Short description

The Service to be provided by the successful tenderer is the provision of a Housing Support Service, primarily for single homeless people or childless couples who may have complex needs, residing in supported, interim accommodation at Abercorn Street in Paisley.

Housing Management Services do not form part of this Contract but are required to be delivered by the Provider in conjunction with the Service to ensure its long-term sustainability, and will directly impact upon Council budgets for the provision of homeless services and the amount of government funding available to support the service. The Council looks to maximise the monies available to better assist more Service Users.

The way any Provider makes formal arrangements for the lease of the Premises will directly impact upon the Council and may result in higher costs to the Council. In respect of any subsidy shortfall however, while the Council cannot mandate how a Provider arranges their commercial business, the Council seeks to maximise the funds available to it to provide appropriate services and to allow maximum recovery, by the Council from the UK Government, of Housing Benefit paid for Service Users assessed as needing Housing Support Services. Tenderers would require to arrange that they are either a Registered Social Landlord (“RSL”) and enter into the occupancy arrangement (lease between themselves and the Service Users) or alternatively contract with a third party who is a RSL and that third party RSL would enter into lease arrangements with the Service Users and make separate contractual arrangements directly with the Tenderer.

two.1.5) Estimated total value

Value excluding VAT: £800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 98000000 - Other community, social and personal services
  • 75200000 - Provision of services to the community

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

The Service to be provided by the successful tenderer is the provision of a Housing Support Service, primarily for single homeless people or childless couples who may have complex needs, residing in supported, interim accommodation at Abercorn Street in Paisley.

Housing Management Services do not form part of this Contract but are required to be delivered by the Provider in conjunction with the Service to ensure its long-term sustainability, and will directly impact upon Council budgets for the provision of homeless services and the amount of government funding available to support the service. The Council looks to maximise the monies available to better assist more Service Users.

The way any Provider makes formal arrangements for the lease of the Premises will directly impact upon the Council and may result in higher costs to the Council. In respect of any subsidy shortfall however, while the Council cannot mandate how a Provider arranges their commercial business, the Council seeks to maximise the funds available to it to provide appropriate services and to allow maximum recovery, by the Council from the UK Government, of Housing Benefit paid for Service Users assessed as needing Housing Support Services. Tenderers would require to arrange that they are either a Registered Social Landlord (“RSL”) and enter into the occupancy arrangement (lease between themselves and the Service Users) or alternatively contract with a third party who is a RSL and that third party RSL would enter into lease arrangements with the Service Users and make separate contractual arrangements directly with the Tenderer.

More detailed information in respect of the affected Pricing for the contract is contained in the Tender Documents including the Invitation to Tender and

Service Specification.

two.2.6) Estimated value

Value excluding VAT: £800,000

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

Start date

1 March 2022

End date

28 February 2026

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

As there is a current service provider, TUPE may apply.

The Contract will be for a period of 2 years with the option to extend by up to two further years subject to satisfactory operation and performance.

Further information is provided in the Tender Documents including the Service Specification for this contract.


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

It is a requirement of this Contract that the successful Tenderer holds, or can commit to obtain prior to the commencement of and duration of the Contract of any subsequently awarded contract, the types and levels of insurance indicated below:

Employers Liability - statutory minimum 5m GBP, each and every claim;

Public Liability - minimum 5m GBP, each and every claim;

Professional Indemnity - 100k in the aggregate;

There will be a requirement for statutory third party motor vehicle insurance to be evidenced if vehicles are used to deliver the service. This can either be by way of a valid MV certificate in the company name, OR, where there is no company fleet and employees use their own vehicles instead, a letter signed by a person of appropriate authority confirming that the Provider has ongoing arrangements in place to ensure that employees' vehicles are appropriately insured and maintained for business purposes.

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

The Provider must be appropriately registered with the Care Inspectorate to deliver the Service and maintain registration throughout the duration of the Contract.

Throughout the duration of the Contract the Provider shall work to maintain and exceed Care Inspectorate Grades of three or above for all key questions in the Care Inspectorate quality indicator framework.

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.

three.2.2) Contract performance conditions

The Contract will be subject to the Council's Contract Monitoring procedures. Please refer to the 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) Form of procedure

Open procedure

four.1.11) Main features of the award procedure

Award Criteria:

Quality criterion: Quality / Weighting: 70%

Cost criterion: Cost / Weighting: 30%

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-013583

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

Date

23 August 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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Full details of the exclusion and assessment criteria are detailed within the SPD and Invitation to Tender.

Tenderers are required to:

Complete the SPD to be concluded for the Contract.

Complete a SPD by sub-contractors to be concluded for the Contract.

Bidders must provide its ("general" yearly turnover for the last 2 financial years.

The Council will use Dun & Bradstreet (D&B) to assist in its determination of the organisation’s financial status and risk. The Council would expect Tenderers to have a minimum D&B Failure Score of 20%, however failure to meet this Failure Score would not necessarily merit a ‘FAIL’ as the D&B Failure Score is only one factor used by the Council in assessing the acceptability or otherwise of a Tenderer’s financial status.

The Council will take into account the Tenderer’s response to the SPD Part 1V Question 4B.1.1. Further information is contained within the Tender Documents. Comply with the Service Specification; General Conditions of Contract and associated Special Conditions.

Confirm if managerial staff and those delivering the service are registered with the SSSC; PVG checked.

The contract may be modified in accordance with Regulation 72 of the Public Contracts (Scotland) Regulations 2015.

In respect of any subsidy shortfall however, while the Council cannot mandate how Tenderers arrange their commercial business, the

Council seeks to maximise the funds available to it to provide appropriate services and to allow maximum recovery, by the Council from the UK Government, of Housing Benefit paid for Service Users assessed as needing Housing Support Services.

Tenderers would require to arrange that they are either a Registered Social Landlord (“RSL”) and enter into the occupancy arrangement

(lease between themselves and the Service Users) or alternatively contract with a third party who is a RSL and that third party RSL would enter into lease arrangements with the Service Users and make separate contractual arrangements directly with the Tenderer.

Where the Tenderer chooses an alternative delivery model, which would reduce the subsidy recoverable by the Council in respect of the

Housing Benefit paid in support of the Service Users, then the Council will add these additional costs to the tenderer price submitted to reflect the full cost to the Council.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19183. 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:

Information regarding Community Benefits is contained within the Invitation to Tender documentation.

(SC Ref:659729)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court or the Court of Session

See VI.4.3 below

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.

six.4.4) Service from which information about the review procedure may be obtained

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom