Tender

EDC/2023 3949 Rapid Access Accommodation

  • East Dunbartonshire Council

F02: Contract notice

Notice identifier: 2025/S 000-022231

Procurement identifier (OCID): ocds-h6vhtk-0515dc

Published 16 May 2025, 1:48pm



Section one: Contracting authority

one.1) Name and addresses

East Dunbartonshire Council

Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place

Kirkintilloch

G66 1TJ

Contact

Lorna Dunn

Email

lorna.dunn@eastdunbarton.gov.uk

Telephone

+44 1415745750

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

https://www.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.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Social protection


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

EDC/2023 3949 Rapid Access Accommodation

Reference number

EDC/2023/3949

two.1.2) Main CPV code

  • 85311000 - Social work services with accommodation

two.1.3) Type of contract

Services

two.1.4) Short description

The provider will be required to provide temporary/interim accommodation, which may include direct access for households during out of hours and/or emergency situations to applicants who are at risk/assessed as homeless.

two.1.5) Estimated total value

Value excluding VAT: £16,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85311000 - Social work services with accommodation

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 provider will be required to provide temporary/interim accommodation, which may include direct access for households during out of hours and/or emergency situations to applicants who are at risk/assessed as homeless.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £16,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

There will be the option to extend for a further 12 months and then a further 12 months after that.

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.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders must respond to SPD Questions 4B1b, 4B3, 4B5a, 4B5b, 4B5c

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.

4B1b Bidders will be required to have an average yearly turnover of 800000 GBP over the past 3 years.

4B3 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.

4B5a, 4B5b and 4B5c 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 five years - this is a straight PASS or FAIL question.

The Provider shall be expected to have experience of working with the homeless who may 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

Date

16 June 2025

Local time

12:00pm

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

16 June 2025

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=798992.

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:798992)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=798992

six.4) Procedures for review

six.4.1) Review body

Sheriff Clerks Office

PO Box 23, 1 Charlton Place

Glasgow

G5 9DA

Country

United Kingdom