Section one: Contracting authority
one.1) Name and addresses
South Ayrshire Council
County Buildings, Wellington Square
Ayr
KA7 1DR
Procurement@south-ayrshire.gov.uk
Telephone
+44 3001230900
Country
United Kingdom
NUTS code
UKM94 - South Ayrshire
Internet address(es)
Main address
http://www.south-ayrshire.gov.uk/procurement/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00405
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
CE-203-25 Housing Support Services Framework Agreement
Reference number
CE-203-25
two.1.2) Main CPV code
- 70333000 - Housing services
two.1.3) Type of contract
Services
two.1.4) Short description
Housing Support Services Framework Agreement
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
Delivery of a Housing Support, Advice and Advocacy Service
Lot No
1
two.2.2) Additional CPV code(s)
- 98341100 - Accommodation management services
- 70333000 - Housing services
- 85311300 - Welfare services for children and young people
two.2.3) Place of performance
NUTS codes
- UKM94 - South Ayrshire
two.2.4) Description of the procurement
Housing Support Services Framework Agreement
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
October 2029
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
two.2) Description
two.2.1) Title
Supported Accommodation Service for 16-25 year olds
Lot No
2
two.2.2) Additional CPV code(s)
- 98341100 - Accommodation management services
- 70333000 - Housing services
- 85311300 - Welfare services for children and young people
two.2.3) Place of performance
NUTS codes
- UKM94 - South Ayrshire
two.2.4) Description of the procurement
Housing Support Services Framework Agreement
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
October 2029
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
It is a requirement of this procurement that Tenderers hold, or can commit to obtain, prior to the commencement of any subsequently concluded Framework Agreement, the accreditations indicated below:
For the purposes of this Framework Agreement, Service Providers who are appointed to each Lot must be accredited to the following standards:
1.
Tenderers must be Care Inspectorate Registered
2.
Tenderers staff must be SSSC registered where applicable
Evidence for this requirement will be requested at the “Request For Documentation” Stage.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
It is a requirement of this procurement that Tenderers staff hold, or can commit to obtain, prior to the commencement of any subsequently concluded Framework Agreement, the professional memberships indicated below:
1.
Care Inspectorate Registration
2.
SSSC Registration for staff as required
three.2.2) Contract performance conditions
During the period of the Contract Agreement, the Service Provider shall monitor and measure their performance against the Key Performance Indicators.This shall take place using the Public Contracts Scotland – Tender, Contract and Supplier Management portal yearly, half yearly or monthly depending on the overall risk status of the contract. The risk status shall be confirmed at Contract Award.
Regular meetings will be held between the Supplier and the Council to deal with issues arising in the routine management of the Contract, to discuss changes in the way that the Contract is executed and/or to discuss performance or any other ad-hoc reasons.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
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
19 December 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
19 December 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: October 2029
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 304577. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
This procurement will include a Community Benefit requirement.
It has become clear that there is scope within the Procurement Reform (Scotland) Act 2014 which applies to public contracts, to use contracts to deliver wider social benefits such as:
-
Targeted recruitment and training (providing employment and training opportunities/Apprenticeships)
-
SME and social enterprise development
-
Community engagement
As part of your tender response, Tenderers are requested to provide an outline of all community benefits they can offer for this contract.
(SC Ref:815917)
six.4) Procedures for review
six.4.1) Review body
Ayr Sheriff Court
Ayr
Country
United Kingdom