Tender

Housing Support Service Young People – Accommodation Based - Aberdeen City

  • Aberdeen City Council

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

Notice identifier: 2021/S 000-018237

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

Published 30 July 2021, 12:35pm



Section one: Contracting authority

one.1) Name and addresses

Aberdeen City Council

Woodhill House, Westburn Road

Aberdeen

AB16 5GB

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

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

Housing Support Service Young People – Accommodation Based - 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 appoint a service provider to deliver support to young households (typically aged between 16-26 years) who have experienced homelessness.

The service will be accommodation based i.e. it will be provided from a single site and each person will have their own self-contained flat. It is expected that a young person will spend around six months in with the provider working on their tenancy skills, physical health, opportunities, safety, relationship skills, mental health and finance before moving onto their own secure tenancy.

two.1.5) Estimated total value

Value excluding VAT: £1,565,000

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
Main site or place of performance

Aberdeen City

two.2.4) Description of the procurement

Aberdeen City Council is seeking to appoint a service provider to deliver an outcomes focused outreach Housing Support Service for young people typically aged 16-26 years of age who are homeless or at the risk of being homeless.

Young people referred to the service may be leading a chaotic lifestyle because of substance misuse or other addictions, offending or at risk of offending, because of homelessness, have been “looked after” children or all of these.

Young People may also have a range of health needs e.g. mental health, learning disabilities, physical disability etc. For clarity, we would expect the providers to assist on a day to day basis with such needs, rather than providing direct medical or therapeutic input.

The purpose of the support is to enable young people to make the successful transition to independent living and tenancy sustainment provided from a range of accommodation.

The support provided will be tailored to meet the needs of each young person, providing those with the necessary life skills to make the most out of their lives giving them a better quality of life and to support them meet their full potential.

The service should be scheduled around the needs of the young people and should operate at weekends, public holidays and in the evenings. The service will not be required for 24 hours/day.

The support will be provided in a range of accommodation including, but not limited to, supported accommodation, temporary furnished flats, private tenancies, shared accommodation, family homes and secure tenancies.

The support will be flexible to meet the young person’s changing needs, with a key aim to enable young people to sustain and maintain their tenancies. Provision of a housing support service for Supported Persons needs and inputs will vary as they progress through their individual journeys.

The provider will be expected to attend a Housing Support Hub along with Aberdeen City Council’s internal housing support team, outreach support providers, representatives from Health and Social Care Partnership services and others who will provide housing or housing support in the city.

The service provider will be expected to access the Aberdeen City Council housing database to receive referrals and record outcomes. This is to enable future development of the service, monitoring of outcomes to assess the effectiveness of the service and to track the customer journey.

two.2.6) Estimated value

Value excluding VAT: £1,565,000

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 initial three year contract period, plus two optional 12 month extensions. The duration of the contract is 3+2 years.

There is opportunity for a potential 2% increase each year which will bring the maximum budget available for this tender to GBP1.6m.


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 Questions:

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

Quality to Price ratio will be 90:10.

The tender documents published on PCST will include a full breakdown of the tender award criteria.

four.2) Administrative information

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

Date

14 September 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

The tender documents will be published on 3rd August on PCS-T subject to receipt of the FTS number.

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 also see III.1.4 - Objective rules and criteria for participation.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19311. 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:

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

1.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.

2.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.

3.In meeting this requirement, bidders are expected to make best calculated efforts to identify: 1) carbon the business creates in key areas impacting on contract performance 2) steps the business is taking or plans to take in terms of achieving net-zero/decarbonisation of the supply chain and 3) relevant actions the business will take throughout the life of the contract to minimise harmful carbon impacts during performance. Bidders will be asked to detail how they achieve this requirement.

(SC Ref:661647)

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/