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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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
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
The Highland Council intends to put in place a 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.1.5) Estimated total value
Value excluding VAT: £6,075,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
Maximum number of lots that may be awarded to one tenderer: 250
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Contractors successfully awarded to Lot 1 Sub-Lot D Inner Moray Firth, shall be required to provide a service in each of the other three (3) Sub Lots (A-C) if there are no other Contractors providing Housing Support for these sub-lots at time of award - more information provided in ITT.
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
The Highland Council intends to put in place a 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
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 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.2.10) Information about variants
Variants will be accepted: No
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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) Description
two.2.1) Title
Lot 2 - Youth Independent Living Housing Support (Time Limited) [YILHS]
Lot No
2
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
The Highland Council intends to put in place a 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 2 - Youth Independent Living Housing Support (Time Limited) [YILHS]:
Geographical Area (No sub-lots) - To provide services across the Highland Council Area.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 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.2.10) Information about variants
Variants will be accepted: No
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
The Contractor must be registered with the Care Inspectorate.
The Contractor shall provide qualified trained staff who meet the requirements of the Scottish Social Services Council (SSSC) or equivalent, including, but not limited to, registration requirements Codes of Practice for Social Service Workers and Employers.
IN ADDITION, BIDDERS ARE DIRECTED TO THE MINIMUM REQUIREMENTS CONTAINED IN THE TENDER DOCUMENTS IN RELATION TO LOT 1 & LOT 2 (IF APPLICABLE), WHICH BIDDERS SHALL COMPLY WITH.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Minimum level(s) of standards required:
The winning bidder(s) and its sub-contractor(s) to provide a current copy and have as a minimum:
- 5,000,000 GBP Employers Liability Insurance (where applicable) for each and every claim;
- 5,000,000 GBP Public Liability Insurance for each and every claim; and
- 5,000,000 GBP Professional Liability Insurance (where applicable) for each and every claim;
PROVIDE THE ORGANISATIONS AUDITED ACCOUNTS COVERING THE LAST FINANCIAL 3 YEARS and include the audited accounts for the years that have been audited to date in the business area covered by the Framework Agreement;
THE COUNCIL WILL USE AN INDEPENDENT CREDIT SCORING ORGANISATION, CREDITSAFE, TO CHECK THE FINANCIAL STATUS OF THE WINNING BIDDER(S). To minimise risk of failure, the desired risk score should not be below Moderate Risk as a minimum. The Council shall take a view on the risk to the Council should the winning bidder(s) credit rating fall below this and may involve further detailed financial checking/assessment.
Where it is considered that the additional supporting information does not provide satisfaction that the risk is mitigated, the bidder(s) shall be disqualified.
Minimum level(s) of standards possibly required
Minimum level(s) of standards required:
The winning bidder(s) and its sub-contractor(s) to provide a current copy and have as a minimum:
- 5,000,000 GBP Employers Liability Insurance (where applicable) for each and every claim;
- 5,000,000 GBP Public Liability Insurance for each and every claim; and
- 5,000,000 GBP Professional Liability Insurance (where applicable) for each and every claim;
PROVIDE THE ORGANISATIONS AUDITED ACCOUNTS COVERING THE LAST FINANCIAL 3 YEARS and include the audited accounts for the years that have been audited to date in the business area covered by the Framework Agreement;
THE COUNCIL WILL USE AN INDEPENDENT CREDIT SCORING ORGANISATION, CREDITSAFE, TO CHECK THE FINANCIAL STATUS OF THE WINNING BIDDER(S). To minimise risk of failure, the desired risk score should not be below Moderate Risk as a minimum. The Council shall take a view on the risk to the Council should the winning bidder(s) credit rating fall below this and may involve further detailed financial checking/assessment.
Where it is considered that the additional supporting information does not provide satisfaction that the risk is mitigated, the bidder(s) shall be disqualified.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Minimum level(s) of standards required:
Bidders must have relevant experience to deliver the Services as described and must provide the following:
- PROVIDE DETAILS OF HOW HEALTH & SAFETY is managed within the organisation and a copy of the organisations current Health & Safety Policy (or Statement for organisations with fewer than 5 employees);
- THE BIDDER MUST HAVE UNDER THE ORGANISATIONS HEALTH & SAFETY (H&S) procedures a regularly reviewed and documented policy for H& Safety Management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of H& Safety Management and compliance with legislation.
- PROVIDE 2 COPIES OF RISK ASSESSMENTS specifically relating to similar activities currently undertaken (or Statement for organisations with fewer than 5 employees);
- PROVIDE 2 COPIES OF EXAMPLES OF TRAINING RECORD specifically relating to similar activities currently undertaken;
- PROVIDE DETAILS OF BUSINESS CONTINUITY AND CONTINGENCY PROPOSALS for the service required;
- PROVIDE DETAILS OF PROVISIONAL EXIT PLAN for the service required;
- CONFIRM IF SUB-CONTRACTING, list the sub-contractors they propose to use and state which part/s of the Framework Agreement the sub-contractor(s) shall deliver and approximate value;
- CONFIRM “NON-DISCLOSURE” ITEMS relating to FOI(S)A obligations (if any);
IN ADDITION, BIDDERS ARE DIRECTED TO THE MINIMUM REQUIREMENTS CONTAINED IN THE TENDER DOCUMENTS IN RELATION TO LOT 1 and LOT 2 (WHERE APPLICABLE), WHICH BIDDERS SHALL COMPLY WITH.
Minimum level(s) of standards possibly required
Minimum level(s) of standards required:
Bidders must have relevant experience to deliver the Services as described and must provide the following:
- PROVIDE DETAILS OF HOW HEALTH & SAFETY is managed within the organisation and a copy of the organisations current Health & Safety Policy (or Statement for organisations with fewer than 5 employees);
- THE BIDDER MUST HAVE UNDER THE ORGANISATIONS HEALTH & SAFETY (H&S) procedures a regularly reviewed and documented policy for H& Safety Management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of H& Safety Management and compliance with legislation.
- PROVIDE 2 COPIES OF RISK ASSESSMENTS specifically relating to similar activities currently undertaken (or Statement for organisations with fewer than 5 employees);
- PROVIDE 2 COPIES OF EXAMPLES OF TRAINING RECORD specifically relating to similar activities currently undertaken;
- PROVIDE DETAILS OF BUSINESS CONTINUITY AND CONTINGENCY PROPOSALS for the service required;
- PROVIDE DETAILS OF PROVISIONAL EXIT PLAN for the service required;
- CONFIRM IF SUB-CONTRACTING, list the sub-contractors they propose to use and state which part/s of the Framework Agreement the sub-contractor(s) shall deliver and approximate value;
- CONFIRM “NON-DISCLOSURE” ITEMS relating to FOI(S)A obligations (if any);
IN ADDITION, BIDDERS ARE DIRECTED TO THE MINIMUM REQUIREMENTS CONTAINED IN THE TENDER DOCUMENTS IN RELATION TO LOT 1 and LOT 2 (WHERE APPLICABLE), WHICH BIDDERS SHALL COMPLY WITH.
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
The Contractor must be registered with the Care Inspectorate.
three.2.2) Contract performance conditions
Tenderers are directed to the Tender Documents which they must comply with.
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 250
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 000-014309
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 November 2024
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
Tender must be valid until: 19 March 2025
four.2.7) Conditions for opening of tenders
Date
13 November 2024
Local time
12:00pm
Place
Electronic
Information about authorised persons and opening procedure
C&PSS Staff: SPS or CM
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27632.
For more information see: https://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
For more information see the ITT and SPD-Instructions documents and for further information on using PCS-Tender, please contact the PCS-Tender Team pcs-tender@gov.scot
Tenderers 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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27632. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
Sustainability and Community Benefits as well as Fair Work Practices are stated within the Tender Documents.
(SC Ref:778638)
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