Section one: Contracting authority
one.1) Name and addresses
The Highland Council
Glenurquhart Road
Inverness
IV3 5BX
Contact
Special Projects Category Management Team
CPSSprocurement@aberdeencity.gov.uk
Telephone
+44 1463702386
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Time Limited Housing Support Framework Agreement - 2024 - HC
Reference number
HC/Pl-H&C/HSFW/2024
two.1.2) Main CPV code
- 98000000 - Other community, social and personal services
two.1.3) Type of contract
Services
two.1.4) Short description
AWARDED - Lot 1 only. Lot 2 Not Awarded
The Highland Council has awarded the Framework Agreement (hereinafter may be referred to as “Framework or FW”) with a number of suitably competent, qualified and experienced Contractors to provide Time Limited Housing Support Services for various service users/requirements for the Highland Council Area, on an ‘as and when’ required basis.
The Council shall give no guarantee of the volume of work or orders, if any, to be undertaken in relation to the Framework.
The Framework shall be divided into lots by type of service required and sub-lots by geographical area, where applicable, as follows:
Lot 1 - Housing Support (Time Limited) [HS], Sub-Lots: Geographical Area:
Sub-Lot A Caithness & Sutherland
Sub-Lot B Wester Ross, Skye, Kyle of Lochalsh
Sub-Lot C Lochaber
Sub-Lot D Inner Moray Firth
Lot 2 - Youth Independent Living Housing Support (Time Limited) [YILHS], Geographical Area: (No sub-lots) To provide services across the Highland Council Area.
The Framework shall be for a 24 month period, with the option of multiple extensions to be extended by up to 24 months, subject to each lot / sub-lot (where applicable) requirements i.e., each lot / sub lot may be extended independently of each other (each lot / sub lot evaluated and awarded independently), and by mutual agreement.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £4,113,000
two.2) Description
two.2.1) Title
Lot 1 - Housing Support (Time Limited) [HS]
Lot No
1
two.2.2) Additional CPV code(s)
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
Main site or place of performance
The Highland Council Area
two.2.4) Description of the procurement
AWARDED - Lot 1 only.
The Highland Council has awarded the Framework Agreement (hereinafter may be referred to as “Framework or FW”) with a number of suitably competent, qualified and experienced Contractors to provide Time Limited Housing Support Services for various service users/requirements for the Highland Council Area, on an ‘as and when’ required basis.
The Council shall give no guarantee of the volume of work or orders, if any, to be undertaken in relation to the Framework.
The Framework shall be divided into lots by type of service required and sub-lots by geographical area, where applicable, as follows:
Lot 1 - Housing Support (Time Limited) [HS], Sub-Lots: Geographical Area:
Sub-Lot A Caithness & Sutherland
Sub-Lot B Wester Ross, Skye, Kyle of Lochalsh
Sub-Lot C Lochaber
Sub-Lot D Inner Moray Firth
ITT: excerpt/part details
APPOINTMENT TO THE FRAMEWORK:
e) All Contractors submitting a Most Economically Advantageous Compliant Tender (MEAT) shall enter the Framework for Lot 1 Sub-Lot(s) (where applicable) they have applied for.
f) The Council shall Rank the Tenders submitted according to their scores in terms of the evaluation criteria, as set out in this tender document (ITT), 15.
CALL-OFF – ORDERS (CALL-OFF CONTRACTS):
g) Orders / referrals (Call-off Contracts) shall be awarded on an as and when required basis by placing of an order with the Contractor.
h) The first-ranked Contractor shall be approached initially, and if unable to meet the requirement, the second-ranked Contractor shall be approached and so on.
If the first ranked Contractor confirms they do not have capacity to undertake the work, or there are other relevant issues such as conflict of interest or the Contractor has removed themselves from the Framework, in which case the second ranked Contractor shall be awarded the call-off contract (order). If the second ranked Contractor cannot meet the need, by reason of issues detailed above, the third ranked Contractor should be approached and so on.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
The Framework shall be for a 24 month period, with the option of multiple extensions to be extended by up to 24 months, subject to each lot / sub-lot (where applicable) requirements i.e., each lot / sub lot may be extended independently of each other (each lot / sub lot evaluated and awarded independently), and by mutual agreement.
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
AWARDED - Lot 1 only. Lot 2 Not Awarded
Please note the awarded suppliers are NOT apart of A "group of economic operators".
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-031380
Section five. Award of contract
Lot No
1
Title
Lot 1 - Housing Support (Time Limited) [HS]
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
4 June 2025
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
New Start Highland
9 Carsegate Road North
Inverness
IV3 8DU
Telephone
+44 1463715615
Country
United Kingdom
NUTS code
- UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Internet address
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Salvation Army Trustee Company(The)
Territorial HQ, 1 Champion Park
London
SE5 8FJ
business.development@salvationarmy.org.uk
Telephone
+44 07702942133
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
No
five.2.3) Name and address of the contractor
CrossReach (the operating name for The Church of Scotland Social Care Council)
47 Milton Road East
Edinburgh
EH15 2SR
Telephone
+44 1316572000
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £4,113,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 3 %
Short description of the part of the contract to be subcontracted
Awarded Suppliers Temporary Staff as a when required, to cover for staff shortages due to vacancies/sickness etc.
Bidders were entitled to propose sub-contractors in their tender submission – note Schedule of Approved Sub-Contractors Form of the ITT.
Throughout the course of the Framework Agreement/Call-Off Contracts, any additional proposed or substitute sub-contractors must be authorised by the Council prior to their participation in the delivery of the services. The Council shall require the same level of minimum requirements for each additional proposed or substitute sub-contractor as is stipulated for bidders in this Framework Agreement.
Section six. Complementary information
six.3) Additional information
The buyer was using PCS-Tender to conduct this ITT exercise. The Project code is 27632.
Please note the awarded suppliers are NOT apart of A "group of economic operators"
ITT: excerpt/part details
APPOINTMENT TO THE FRAMEWORK:
e) All Contractors submitting a Most Economically Advantageous Compliant Tender (MEAT) shall enter the Framework for Lot 1 Sub-Lot(s) (where applicable) they have applied for.
f) The Council shall Rank the Tenders submitted according to their scores in terms of the evaluation criteria, as set out in this tender document (ITT), 15.
CALL-OFF – ORDERS (CALL-OFF CONTRACTS):
g) Orders / referrals (Call-off Contracts) shall be awarded on an as and when required basis by placing of an order with the Contractor.
h) The first-ranked Contractor shall be approached initially, and if unable to meet the requirement, the second-ranked Contractor shall be approached and so on.
If the first ranked Contractor confirms they do not have capacity to undertake the work, or there are other relevant issues such as conflict of interest or the Contractor has removed themselves from the Framework, in which case the second ranked Contractor shall be awarded the call-off contract (order). If the second ranked Contractor cannot meet the need, by reason of issues detailed above, the third ranked Contractor should be approached and so on.
(SC Ref:800743)
six.4) Procedures for review
six.4.1) Review body
Inverness Sheriff Court and Justice of the Peace Court
The Inverness Justice Centre, Longman Road
Inverness
IV1 1AH
Telephone
+44 1463230782
Country
United Kingdom