Tender

EDC/2022/3420 Rapid Accommodation and Housing Support

  • East Dunbartonshire Council

F02: Contract notice

Notice identifier: 2022/S 000-021456

Procurement identifier (OCID): ocds-h6vhtk-03590c

Published 4 August 2022, 4:02pm



The closing date and time has been changed to:

2 September 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

East Dunbartonshire Council

Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place

Kirkintilloch

G66 1TJ

Email

lorna.dunn@eastdunbarton.gov.uk

Telephone

+44 1415745750

Fax

+44 1415745529

Country

United Kingdom

NUTS code

UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

Internet address(es)

Main address

http://www.eastdunbarton.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00225

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.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.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

EDC/2022/3420 Rapid Accommodation and Housing Support

Reference number

EDC/2022/3420

two.1.2) Main CPV code

  • 70333000 - Housing services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority wishes to establish a contract for Rapid Access Accommodation and Housing Support, 24/7, 365 days per year.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 70333000 - Housing services
  • 98341000 - Accommodation services

two.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

East Dunbartonshire

two.2.4) Description of the procurement

The purpose of this project is to mitigate the use of bed and breakfast accommodation and provide emergency accommodation until appropriate move on is identified for individual service users.

This service will allow for the homelessness investigation and decision making process to take place including advice and assistance being provided, a full housing support needs assessment to have been undertaken and a support plan developed.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The contract can be extended for a further 12 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

4A.1 - If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders must respond to SPD Questions 4B.1.2, 4B.1.3, 4B3, 4B.5.1, 4B.5.2, 4B.5.3

Minimum level(s) of standards possibly required

The Bidder response to these questions for Economic and Financial Standing will be evaluated as follows:

Pass = response is compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing

Fail = response is not compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial

standing.

4B.1.2 Bidders will be required to have an average yearly turnover of 601700 GBP over the past 3 years.

4B.3 In the case that turnover information is not available for the given period please state the date on which the bidder was set up or started trading.

4B.5.1, 4B.5.2 and 4B.5.3. 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:

Employers Liability – 10,000,000 GBP each and every claim and in the annual aggregate

Public/Product Liability – 5,000,000 GBP each and every claim and in the annual aggregate unlimited in respect of liability for death / injury.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders must respond to SPD Questions 4C.1.2

Minimum level(s) of standards possibly required

4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in the Contract Notice or the relevant section of the Site Notice. A minimum of two Contracts of a similar scope and nature which have successfully delivered in the last three years - this is a straight PASS or FAIL question.

The Provider shall be expected to have experience of working with homeless households who have complex or high support needs, including those who may have a learning disability, physical disability, mental health issues or drug and alcohol addictions.

Provide details of how your previous experience of undertaking services of a similar nature and/or in similar circumstances to the current project including any lessons learnt, will be applied to benefit the delivery of this project.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Originally published as:

Date

26 August 2022

Local time

12:00pm

Changed to:

Date

2 September 2022

Local time

12:00pm

See the change notice.

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

26 August 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=697336.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:697336)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=697336

six.4) Procedures for review

six.4.1) Review body

Sheriff Clerks Office

PO Box 23, 1 Charlton Place

Glasgow

Country

United Kingdom