Section one: Contracting authority
one.1) Name and addresses
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
laurakeane@north-ayrshire.gov.uk
Country
United Kingdom
NUTS code
UKM93 - East Ayrshire and North Ayrshire mainland
Internet address(es)
Main address
http://www.north-ayrshire.gov.uk
Buyer's address
http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.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.publictendersscotland.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
Provision of a Supported Living Service within Supported Accommodation
Reference number
NAC/5213
two.1.2) Main CPV code
- 85300000 - Social work and related services
two.1.3) Type of contract
Services
two.1.4) Short description
NAC and The North Ayrshire Health and Social Care Partnership wish to work in partnership with providers to deliver a high-quality care and support service within two Supported Accommodation Housing sites in North Ayrshire. Both sites are owned by North Ayrshire Council.
The Supported Accommodation Housing sites within the scope of this service are: -
-Lot 1: Bessie Dunlop Court, Dalry (15 units: 12 x 1 bed & 3x 2 bed plus staff base)
-Lot 2: Castlecraigs Court, Glasgow Street, Ardrossan (13 units: 13x1 bed plus staff base)
The supported accommodation service is for adults aged 18 years and over with either a Learning Disability, Physical or Sensory Disability, or Mental Health difficulty. The service provides vulnerable people with access to on-site 24/7 personal and social care support, community health and housing support services.
The scope of the service will encompass support to manage and maintain a tenancy providing personalised supports to individuals; and to achieve individual outcomes aligned to personal support plans.
Support will include:-
-Personal Care
-Housing Support
-Other practical support required to maintain their tenancy
The contract will be let on The North Ayrshire Health and Social Care Partnership Standard Terms and Conditions.
The total budget for this requirement will be 15,296,039.20 GBP. The contract will be in place for a total of 10 years, initially for a 4-year period, with an option to extend by 72 months.
The anticipated contract start date will be 1 April 2026.
Lot 1 budget - 7,507,000.80 GBP.
Lot 2 budget - 7,789,038.40 GBP.
The applicable regulations will be The Public Contracts (Scotland) Regulations 2015 Light touch regime for services.
two.1.5) Estimated total value
Value excluding VAT: £15,296,039.20
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Bessie Dunlop Court, Dalry
Lot No
1
two.2.2) Additional CPV code(s)
- 85311000 - Social work services with accommodation
- 85310000 - Social work services
two.2.3) Place of performance
NUTS codes
- UKM93 - East Ayrshire and North Ayrshire mainland
two.2.4) Description of the procurement
Lot 1: Bessie Dunlop Court, Dalry (15 units: 12 x 1 bed & 3x 2 bed plus staff base)
The Service will support Service Users safely in the community to access social, vocational, recreational, and other activities.
two.2.7) Duration of the contract or the framework agreement
Duration in months
48
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
Referring to II.2.7 Duration - The contract will be in place for a total of 10 years, initially for a 4-year period, with an option to extend by 72 months.
two.2) Description
two.2.1) Title
Lot 2: Castlecraigs Court, Glasgow Street, Ardrossan
Lot No
2
two.2.2) Additional CPV code(s)
- 85311000 - Social work services with accommodation
- 85310000 - Social work services
two.2.3) Place of performance
NUTS codes
- UKM93 - East Ayrshire and North Ayrshire mainland
two.2.4) Description of the procurement
Lot 2: Castlecraigs Court, Glasgow Street, Ardrossan (13 units: 13x1 bed plus staff base)
The Service will support Service Users safely in the community to access social, vocational, recreational, and other activities.
two.2.7) Duration of the contract or the framework agreement
Duration in months
48
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
Referring to II.2.7 Duration - The contract will be in place for a total of 10 years, initially for a 4-year period, with an option to extend by 72 months.
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
Bidders will be required to have a minimum “general” yearly turnover the last 3 years:
-Lot 1 – Bessie Dunlop Court, Dalry, KA24 5FA - 1,126,050.12 GBP
-Lot 2 – Castlecraigs Court, Glasgow Street, Ardrossan, KA22 8EP - 1,168,355.76 GBP
Bidders who can't meet the required level of turnover will be excluded from the process. Where turnover information is not available, the bidder must state the date which they were set up or started trading.
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 bidder is enrolled in the relevant trade registers kept in its country of establishment, bidders must be registered with Companies House or equivalent.
Bidders must be registered with The Care Inspectorate as both Housing Support with Care at Home and will maintain registration throughout the duration of the contract.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5M GBP in respect of any one event
http://www.hse.gov.uk/pubns/hse40.pdf
Public Liability Insurance 10M GBP in respect of any one event
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.1.10) Identification of the national rules applicable to the procedure
Information about national procedures is available at: http://www.gov.scot/Topics/Government/Procurement
four.1.11) Main features of the award procedure
This procurement is based on a 100% quality ratio. Please see PCS-Tender for further information.
The contract will be in place for a potential of 10 years, initially for a 4-year period, with an option to extend by 72 months.
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 August 2025
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
Electronic payment will be used
six.3) Additional information
Bidders are required to provide 2 examples of services carried out in the past 3 years that demonstrates they have the relevant experience to deliver the services described in the Contract Notice. The services must be of a similar value, size and scope. Unsatisfactory experience will result in exclusion from the tender process.
Bidders must also provide 2 satisfactory references for the same 2 contracts on the reference templates provided. References should be completed and signed by previous customers for contracts of a similar value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.
Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.
Please note the same examples/references can be used over both lots.
Bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:
a) their standard payment terms.
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance.
Bidders are required to confirm the supplier's staff have the following relevant educational and professional qualifications: Staff and managers require to be registered with the SSSC.
Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2C.1.
Quality Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or a documented policy regarding quality management.
Health and Safety Procedures
2. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum OR A documented policy regarding health and safety. See attachment at SPD question 4D.1.
Environmental Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment at SPD question 4D.2.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29399. 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:
Community benefits will be required on a mandatory basis for:
- Employment
- Employability & Skills
- SMEs
- TSOs
- Education
- Community Wish List (http://northayrshire.community/community-benefits-wishlist- application-form/)
(SC Ref:801740)
six.4) Procedures for review
six.4.1) Review body
Kilmarnock Sheriff Court
Sheriff Court House, St Marnock Street
Kilmarnock
KA1 1ED
Telephone
+44 1563550024
Country
United Kingdom