Contract notice
Section I: Contracting
authority
I.1) Name and addresses
East Dunbartonshire Council
Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place
Kirkintilloch
G66 1TJ
UK
Telephone: +44 1415745750
E-mail: lorna.dunn@eastdunbarton.gov.uk
Fax: +44 1415745529
NUTS: UKM81
Internet address(es)
Main address: http://www.eastdunbarton.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00225
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.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
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
EDC/2022/3420 Rapid Accommodation and Housing Support
Reference number: EDC/2022/3420
II.1.2) Main CPV code
70333000
II.1.3) Type of contract
Services
II.1.4) Short description
The Authority wishes to establish a contract for Rapid Access Accommodation and Housing Support, 24/7, 365 days per year.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
70333000
98341000
II.2.3) Place of performance
NUTS code:
UKM81
Main site or place of performance:
East Dunbartonshire
II.2.4) Description of the procurement
The purpose of this project is to mitigate the use of bed and breakfast accommodation and provide emergency accommodation until appropriate move on is identified for individual service users.
This service will allow for the homelessness investigation and decision making process to take place including advice and assistance being provided, a full housing support needs assessment to have been undertaken and a support plan developed.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The contract can be extended for a further 12 months.
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:
4A.1 - If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Bidders must respond to SPD Questions 4B.1.2, 4B.1.3, 4B3, 4B.5.1, 4B.5.2, 4B.5.3
Minimum level(s) of standards required:
The Bidder response to these questions for Economic and Financial Standing will be evaluated as follows:
Pass = response is compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing
Fail = response is not compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial
standing.
4B.1.2 Bidders will be required to have an average yearly turnover of 601700 GBP over the past 3 years.
4B.3 In the case that turnover information is not available for the given period please state the date on which the bidder was set up or started trading.
4B.5.1, 4B.5.2 and 4B.5.3. 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:
Employers Liability – 10,000,000 GBP each and every claim and in the annual aggregate
Public/Product Liability – 5,000,000 GBP each and every claim and in the annual aggregate unlimited in respect of liability for death / injury.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Bidders must respond to SPD Questions 4C.1.2
Minimum level(s) of standards required:
4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in the Contract Notice or the relevant section of the Site Notice. A minimum of two Contracts of a similar scope and nature which have successfully delivered in the last three years - this is a straight PASS or FAIL question.
The Provider shall be expected to have experience of working with homeless households who have complex or high support needs, including those who may have a learning disability, physical disability, mental health issues or drug and alcohol addictions.
Provide details of how your previous experience of undertaking services of a similar nature and/or in similar circumstances to the current project including any lessons learnt, will be applied to benefit the delivery of this project.
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
26/08/2022
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
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
26/08/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
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=697336.
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.
(SC Ref:697336)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=697336
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Clerks Office
PO Box 23, 1 Charlton Place
Glasgow
UK
VI.5) Date of dispatch of this notice
04/08/2022