Section one: Contracting authority
one.1) Name and addresses
Aberdeen City Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
SocialCareCPSS@aberdeencity.gov.uk
Telephone
+44 1467539600
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
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
Aberdeen City - Accommodation Based Housing Support Service
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 a service to support people who require assistance in maintaining a tenancy. The service will support the proportion of current homeless cases where independent living within the community is not yet possible and for whom accommodation-based support is the preferred housing option.
The service will be provided at two premises within Aberdeen and on a dispersed basis.
- A supported accommodation service for five people at Bloomfield Road.
- A supported accommodation service for six people at Brierfield Road.
- A dispersed housing support service which will include the support of tenants at Aberdeen City Council’s West North Street, and in community based temporary accommodation.
two.1.5) Estimated total value
Value excluding VAT: £1,635,935
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 requires a service to support people who require assistance in maintaining a tenancy. The service will support the proportion of current homeless cases where independent living within the community is not yet possible and for whom accommodation-based support is the preferred housing option.
The service will be provided at two premises within Aberdeen and on a dispersed basis.
- A supported accommodation service for five people at Bloomfield Road.
- A supported accommodation service for six people at Brierfield Road.
- A dispersed housing support service which will include the support of tenants at Aberdeen City Council’s West North Street, and in community based temporary accommodation.
two.2.6) Estimated value
Value excluding VAT: £1,635,935
two.2.7) Duration of the contract or the framework agreement
Duration in months
60
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 quoted in II.2.6 comprises the initial two-year term plus the value of the optional extension subject to review (for a further period of up to three years).
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
Care Inspectorate registration. There is the requirement for bidders to be registered with the Care Inspectorate as a Housing Support Provider.
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 in the last three years 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
The award criteria are quality and cost and are weighted 80% and 20% respectively. The contract will be awarded to the Most Economically Advantageous tender. The evaluation framework is in the tender documentation.
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-017548
four.2.2) Time limit for receipt of tenders or requests to participate
Date
16 September 2022
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 invoicing will be accepted
six.3) Additional information
Please note the financial assessment of the bidders in accordance with the SPD Part 4B - The Economic and Financial Standing assessment of tenderers.
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 only 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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22035. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Fair Work First: To ensure the highest standards of service quality we expect suppliers to commit to adopting Fair Work First in the delivery of this contract as part of a fair and equitable employment and reward package as a route to progressing towards wider fair work practices set out in the Fair Work Framework.
Carbon Reduction: To help the Council meets its aims and objectives, bidders will be asked to confirm they agree to undertake the following during the term of the contract: 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.
There is a question in the technical envelope related to community benefits
(SC Ref:702225)
six.4) Procedures for review
six.4.1) Review body
Aberdeen Sheriff Court
Aberdeen
Country
United Kingdom