Social and other specific services – public contracts
Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Aberdeen City Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
UK
E-mail: SocialCareCPSS@aberdeencity.gov.uk
NUTS: UKM50
Internet address(es)
Main address: http://www.aberdeencity.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00231
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
2024-Aberdeen City-Housing First and Outreach Support Services
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Aberdeen City Council requires the provision of a joint Outreach and Housing First support service to meet the needs of homeless clients with a wide range of support needs.
Currently there are two separate contracts in place covering the above required service, including Outreach Housing Support (OHS) and Housing First (HF), however, the Council has taken the decision to tender as one single contract to increase the flexibility to allow for changes in assessed need of clients.
The contract term is three years plus the option to extend by up to 24 months.
The annual contract value is GBP1275150
The maximum budget for the service (including two-year optional extension i.e., five years) is GBP6375750.
II.1.5) Estimated total value
Value excluding VAT:
6 375 750.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKM50
Main site or place of performance:
Aberdeen City
II.2.4) Description of the procurement
Aberdeen City Council requires a joint Outreach and Housing First Support Service within Aberdeen City.
The Service Provider will be required to meet the needs of homeless clients with a wide range of support needs ranging from those with medium level, or high tariff housing support needs, to those with severe and multiple disadvantage, or complex needs as defined by the Scottish Government Rapid Rehousing Transition Plan (RRTP) documentation, as benefitting from intensive wrap-around support and a Housing First approach to re-housing. The aim of the service is to allow a flexible and person-centred approach to support, to give the service provider the ability to adapt the level of support provided as the needs of service users change.
The Outreach Housing Support service will initially provide for 500 participants over the course of a contract year who are either threatened with or experiencing homelessness; or identified as needing medium to high need housing support to sustain their mainstream council tenancy.
The Housing First service will initially provide for 50 participants who are receiving a Housing First approach to their identified support needs and have been housed. Over time it is expected that the service will take new referrals as program spaces are vacated. Similarly, it is expected that the service will be flexible in adapting to changes in demand between the varying levels of support. The Service Provider will maintain fidelity to the Housing First principles for those receiving Housing First support.
The initial contract term is 3 years, plus two optional one year extension (3+1+1)
II.2.6) Estimated value
Value excluding VAT:
6 375 750.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The estimated value provided, i.e.,GBP6375750 is based on the maximum 5 year period.
The estimated contract value for the initial 3 year term is GBP 3825450
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.4) Objective rules and criteria for participation
Bidders must confirm that they are appropriately registered with the Care Inspectorate for the services required.
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described. A minimum of two examples will be required.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.11) Main features of the award procedure:
Open Procedure.
The contract will be awarded using MEAT. Quality to Price ratio is 80:20
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
03/06/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.3) Additional information
1.The Council shall obtain a Creditsafe credit check and will score bidders accordingly:
71 - 100 Very Low Risk – Accept
51 - 70 Low Risk - Accept
30 - 50 Moderate Risk – subject to further discussion internally with the option to reject.
21-29 High Risk – subject to further discussion internally with the option to reject.
1-20 Very High Risk – Reject.
*The following applies if no credit check can be undertaken:
2. Please state current turnover (if contract value is over 50% of reported turnover, further discussion will be had internally with the option to reject).
3. If you are under no obligation to publish accounts on Companies House and/or do not have a comprehensive credit rating then provide audited financial accounts for the previous two years. Both quick and current ratios should be a minimum of 1:1.5 for the two successive years. Bidders whose ratios do not meet the minimum criteria will be rejected. Bidders who can provide audited accounts but chose not to do so shall be rejected.
4. Bidders who have been trading for less than one year and cannot provide audited accounts must submit the cash flow for the current year and a letter from the bank outlining the current cash and credit position for the current year and subsequent year. This will be subject to internal discussion with the option to reject.
5. If bidder still does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their submission is supported by a parent company guarantee.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s Liability Insurance = GBP10m
Public Liability Insurance = GBP5m
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26598. 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:
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:
Specific Community Benefits objectives for this procurement are as follows:
-Fair Work First (FWF)
-Innovation and Case Studies
-Carbon Reduction
(SC Ref:764416)
VI.4) Procedures for review
VI.4.1) Review body
Aberdeen Sheriff Court
Castle Street
Aberdeen
AB10 1WP
UK
Telephone: +44 1224657200
Internet address(es)
URL: www.scotcourts.gov.uk
VI.5) Date of dispatch of this notice
22/04/2024