Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  The Highland Council
  Glenurquhart Road
  Inverness
  IV3 5NX
  UK
  
            Telephone: +44 1467530600
  
            E-mail: cpssprocurement@aberdeencity.gov.uk
  
            NUTS: UKM6
  Internet address(es)
  
              Main address: http://www.highland.gov.uk
  
              Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045
 
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Handyperson Service and Care and Repair Service.
II.1.2) Main CPV code
  70333000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  Handyperson Service
  Summary - A person-in-van/one-stop source of assistance to people aged 65+ or any age with a disability. Assistance ranges from a selection of minor household repairs and tasks to delivery, uplift, and demonstration of a selection of aids and equipment from the Community Store.
  Telecare/Telehealth Service
  Summary – Telecare and Telehealth is a range of equipment design to respectively; alert when an individual living alone has fallen, left the property is in distress or is in danger of a fire or other such harm. Devices are installed by Telecare Officers which are programmed to a hub in the Client’s home. If a device alerts the monitoring HUB in Aberdeen will call the Client to find out what’s happening and/or alert their list of first responders and/or the emergency services as appropriate.
  Telehealth works along similar principles but allows visiting Carers to undertake basic health checks using the equipment which will report the outcomes to trained staff monitoring the Client’s condition. It is used to maintain a Client’s health records and to prioritise in-person visits from Healthcare professionals.
  Telecare/Telehealth Service Digital Switch On
  Summary – By January 2027 it is anticipated that analogue connections will be permanently switched off and only digital communication equipment will work thereafter.
  Many analogue Telecare/Telehealth systems in Highland currently run on an analogue connection. Clients with an analogue connection will require to have new digital equipment installed ahead of the deadline
  Community Stores and Short Term Loan Service
  Summary – Currently there are a number of Community Stores managed by a variety of organisations pan-Highland, forming the NHSH Pan Highland Community Store offering.
  Ideally all Community Stores going forwards will be managed as part of this tender to ensure parity and greater integration of Stores facilities and Store activity pan Highland.
  It is anticipated that Bidders will identify approximate costs to set up a Community Store and be able to present those costs in terms of one-off, set-up or fit-out costs, along with anticipated running costs annually thereafter. Bidders may wish to offer an appropriate building/site as an example of the premises they would propose to use and around which their tender will be based.
  It is anticipated that if any of the premises selected are already operating as a Community Store, Bidders will be able to outline how they might seek to acquire/control the premises and follow TUPE to protect any individuals currently working there.
  Community Store Delivery and Collection Service
  Summary – This element of the Service is responsible for the Delivery of specified aids and equipment from the Community Store and their installation in the Client’s home (moving furniture etc as appropriate to make space, reach sockets and enabling Client to move safely around it). Staff will offer a demonstration to Client/Carer/Family and ensure that safe use is understood before leaving.
  This element of the service is also responsible for Collection of Used/Dirty equipment, bagging or otherwise containing it for transport and returning it to the Community Store where it will be cleaned, repaired and reset as appropriate
  Care and Repair Service
  Summary – The Care and Repair Service is available to Officers are in place to act on behalf of Clients needing to make an application for Financial Assistance from the Highland Council’s Scheme of Assistance towards eligible Repairs and Adaptations.
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        Yes
      
  Tenders may be submitted for all lots
 
II.2) Description
  
          Lot No: 1
  
    II.2.1) Title
    Lochaber
    II.2.2) Additional CPV code(s)
    70333000
    II.2.3) Place of performance
    NUTS code:
    UKM6
Main site or place of performance:
    Lochaber
    II.2.4) Description of the procurement
    Handyperson and Care and Repair services.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 36
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    The Contract will be in place for 3 years (1 June 2025 until 31 May 2028) with an option to extend for 2 further years (1 June 2028 until 31 May 2030)
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
  
          Lot No: 2
  
    II.2.1) Title
    Inverness, Nairn, Badenoch and Strathspey
    II.2.2) Additional CPV code(s)
    70333000
    II.2.3) Place of performance
    NUTS code:
    UKM6
Main site or place of performance:
    Inverness, Nairn, Badenoch and Strathspey
    II.2.4) Description of the procurement
    Handyperson and Care and Repair Services
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 36
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    The Contract will be in place for 3 years (1 June 2025 until 31 May 2028) with an option to extend for 2 further years (1 June 2028 until 31 May 2030)
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
  
          Lot No: 3
  
    II.2.1) Title
    Skye and Lochalsh
    II.2.2) Additional CPV code(s)
    70333000
    II.2.3) Place of performance
    NUTS code:
    UKM6
Main site or place of performance:
    Skye and Lochalsh
    II.2.4) Description of the procurement
    Handyperson and Care and Repair Services
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 36
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    The Contract will be in place for 3 years (1 June 2025 until 31 May 2028) with an option to extend for 2 further years (1 June 2028 until 31 May 2030)
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
  
          Lot No: 4
  
    II.2.1) Title
    Ross and Cromarty
    II.2.2) Additional CPV code(s)
    70333000
    II.2.3) Place of performance
    NUTS code:
    UKM6
Main site or place of performance:
    Ross and Cromarty
    II.2.4) Description of the procurement
    Handyperson and Care and Repair Services
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 36
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    The Contract will be in place for 3 years (1 June 2025 until 31 May 2028) with an option to extend for 2 further years (1 June 2028 until 31 May 2030)
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
  
          Lot No: 5
  
    II.2.1) Title
    Sutherland
    II.2.2) Additional CPV code(s)
    70333000
    II.2.3) Place of performance
    NUTS code:
    UKM6
Main site or place of performance:
    Sutherland
    II.2.4) Description of the procurement
    Handyperson and Care and Repair Services
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 36
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    The Contract will be in place for 3 years (1 June 2025 until 31 May 2028) with an option to extend for 2 further years (1 June 2028 until 31 May 2030)
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
  
          Lot No: 6
  
    II.2.1) Title
    Caithness
    II.2.2) Additional CPV code(s)
    70333000
    II.2.3) Place of performance
    NUTS code:
    UKM6
Main site or place of performance:
    Caithness
    II.2.4) Description of the procurement
    Handyperson and Care and Repair Services
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 36
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    The Contract will be in place for 3 years (1 June 2025 until 31 May 2028) with an option to extend for 2 further years (1 June 2028 until 31 May 2030)
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
 
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
  III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
  List and brief description of conditions:
  Question 4C.1.2 - Bidders will be required to provide an example that demonstrate that they have the relevant experience to deliver the service as described in part II.2.4 of the Contract Notice.
  III.1.2) Economic and financial standing
  List and brief description of selection criteria:
  Credit Safe
Minimum level(s) of standards required:
  Question 4B.6 - The Authority will use an independent credit scoring organisation, namely Creditsafe, to conduct appropriate financial probity checks.  An unsatisfactory report may result in further detailed financial checks.
 
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Open procedure
                        
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.1) Previous publication concerning this procedure
  Notice number in the OJ S:
  2025/S 000-001922
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              16/04/2025
  
                Local time: 12:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  IV.2.6) Minimum time frame during which the tenderer must maintain the tender
  
                Tender must be valid until:
                14/08/2025
  IV.2.7) Conditions for opening of tenders
  
              Date:
              16/04/2025
  
              Local time: 12:00
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        Yes
      
Estimated timing for further notices to be published:
March 2028 or March 2030 ( depending on extension)
VI.3) Additional information
The Highland Council contract directly with providers, for their directly purchased services and also as a managed service on behalf of NHS Highland.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=793317.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers 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 Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
No, but the tender is divided into smaller lots.
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:
Please refer to the tender document for further information.
(SC Ref:793317)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=793317
VI.4) Procedures for review
  VI.4.1) Review body
  
    Inverness Justice Centre
    The Inverness Justice Centre Longman Road Inverness
    Inverness
    IV1 1AH
    UK
   
 
VI.5) Date of dispatch of this notice
14/03/2025