Tender

Category 2a Temporary Accommodation & Associated Services Flexible Purchasing System (re-opening Dec/Jan 2025/26)

  • The City of Edinburgh Council

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2025/S 000-085566

Procurement identifier (OCID): ocds-h6vhtk-028fbf

Published 22 December 2025, 4:52pm



Section one: Contracting authority

one.1) Name and addresses

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

Contact

Kat McClory

Email

kat.mcclory@edinburgh.gov.uk

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.edinburgh.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290

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

Category 2a Temporary Accommodation & Associated Services Flexible Purchasing System (re-opening Dec/Jan 2025/26)

Reference number

CT0627

two.1.2) Main CPV code

  • 85300000 - Social work and related services

two.1.3) Type of contract

Services

two.1.4) Short description

The City of Edinburgh Council is re-opening Category 2a - Supported Lodgings of the flexible purchasing system for temporary accommodation to invite new suppliers to provide services.

This is a long-term opportunity with the aim to further increase Edinburgh’s capacity for temporary accommodation with support. The Council require accommodation and associated services which are tailored to resident’s needs, can adapt by flexing capacity whilst having a focus on value for money and allows continued change and improvement.

Please note, providers will not be required to have a property currently available to engage with the opportunity.

The Council will be using the PCS-Tender online portal to run and manage the opportunity.

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85310000 - Social work services
  • 85311000 - Social work services with accommodation

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of

two.2.4) Description of the procurement

The Council has a statutory duty – under Part II of the Housing (Scotland) Act 1987 – Homelessness Provisions - to provide temporary accommodation to households that are homeless. This contract will provide a Supported Lodgings model of accommodation, which can accommodate up to five people from different households. This will include support staff if they are residing in the property.

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

Please see Bidder Guidance Document for more information on the operation of the Purchasing System and how to apply.


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

Providers must hold or commit to obtaining the following in order to receive Call-Off Contracts.

- Employers Liability Insurance (5 million GBP)

- Public Liability Insurance (10 million GBP)

- Building Insurance & Licenses (in accordance with property requirements)

- HMO License (if required)

- Standard Disclosure for all relevant staff.

- In addition, providers must satisfy the Council's financial probity assessment.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please see contract specific KPI information contained within the relevant specification documents on PCS-T

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) Form of procedure

Open procedure

four.1.10) Identification of the national rules applicable to the procedure

Information about national procedures is available at: https://www.legislation.gov.uk/ssi/2015/446/contents/made

four.1.11) Main features of the award procedure

Category 2a - Cost/Quality ratio - Cost 30% / Quality 70%

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-002153

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 February 2026

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 ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Any new provider who is interested in applying for Category 2a of the Flexible Purchasing System should log in to PCS-t and complete the required application.

Please note the requirement includes mandatory pass/fail criteria in relation to aspects including but not limited to prompt payment, fair work practices, health and safety and climate obligations as specified in the Qualification section within PCS-T.

Please see additional information in the attached documentation and utilise the Q&A function if you have any questions.

Please note; the information contained within this notice and attached documents is subject to further development and change.

Please note; the Flexible Purchasing System will act as a platform for procurement of temporary accommodation and as such is not a guarantee of any work or financial commitment.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 62231 . 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 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:

The Community Benefits sought through this contract will be proportionate to individual provider's annual contract value. Community Benefits should be to the benefit of the Community as whole however the Council will actively aim to secure Community Benefits which aide in the implementation of the Council's Rapid Rehousing Transition Plan, where possible.

(SC Ref:819191)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court,

27 Chambers St

Edinburgh

EH1 1LB

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:

A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.