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