Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Floating Housing Support

  • First published: 16 February 2019
  • Last modified: 16 February 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Perth and Kinross Council
Authority ID:
AA50447
Publication date:
16 February 2019
Deadline date:
14 March 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Perth and Kinross Council are seeking to appoint suitably qualified and experienced Contractors to tender for provision of floating housing support services.

Floating housing support services are aimed at enabling vulnerable individuals who are at potential risk of losing their tenancy to live independently and to maximise their independence.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Perth and Kinross Council

2 High Street

Perth

PH1 5PH

UK

Contact person: Sarah Lang

Telephone: +44 1738475000

E-mail: SarahLang@pkc.gov.uk

NUTS: UKM77

Internet address(es)

Main address: http://www.pkc.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://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

Provision of Floating Housing Support

Reference number: PKC10211

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Floating housing support services are aimed at enabling vulnerable individuals who are at potential risk of losing their tenancy to live independently and to maximise their independence.

II.1.5) Estimated total value

Value excluding VAT: 6 081 984.00  GBP

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

Perth City and North Perthshire

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKM77


Main site or place of performance:

Perth City and Northern Perthshire.

II.2.4) Description of the procurement

Perth and Kinross Council are seeking to appoint suitably qualified and experienced Contractors to tender for provision of floating housing support services.

Floating housing support services are aimed at enabling vulnerable individuals who are at potential risk of losing their tenancy to live independently and to maximise their independence.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

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:

An optional extension of up to 3 years based on successful achievements of agreed outcomes.

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

Perth City and South Perthshire

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKM77


Main site or place of performance:

Perth and Kinross

II.2.4) Description of the procurement

Perth and Kinross Council are seeking to appoint suitably qualified and experienced Contractors to tender for provision of floating housing support services.

Floating housing support services are aimed at enabling vulnerable individuals who are at potential risk of losing their tenancy to live independently and to maximise their independence.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

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:

An optional extension of 3 years would be possible based on successful achievements of agreed outcomes.

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.1.2) Economic and financial standing

List and brief description of selection criteria:

Economic and Financial Standing:

4B.4) Bidders will be required to provide confirmation within the tender submission that the stated financial ratio tests for the last 2 financial years are met:

4B.5.1) It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below.


Minimum level(s) of standards required:

Economic and Financial Standing:

4B.4)

Current Ratio it is expected that the ratio is equal to or greater than 1 for both financial years, i.e. Current assets will equal or exceed current liabilities. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.

Net Assets (Net Worth) it is expected that the Net Worth for both financial years will be positive, i.e. a net assets position. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.

4B.5.1):

— employer’s (compulsory) liability insurance = 10 000 000 GBP,

— public liability insurance = 5 000 000 GBP,

— professional indemnity insurance = 2 000 000 GBP.

http://www.hse.gov.uk/pubns/hse40.pdf

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Technical and Professional Ability

4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.

4C.6 Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:

4C.6.1 Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications:

4C.9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice.


Minimum level(s) of standards required:

4C.1.2)

Experience of providing floating housing support over the past 3 years.

4C.6)

Be registered with the Care Inspectorate as fit to manage a housing support service care inspectorate standards.

– Minimum Grade 4.

4C.6.1)

— managers in a housing support service must be appropriately registered with SSSC,

— Supervisors in a housing support service must be appropriately registered with SSSC,

— support workers in a housing support service must be working towards registration with SSSC for a deadline of September 2020,

— appropriate qualifications are listed here: http://www.sssc.uk.com/registration

— any practice qualification in the supervisor category HNC Social Services SVQ Social Services and Healthcare at SCQF Level 6 a range of other practice qualifications are accepted.

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: 14/03/2019

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: 14/05/2019

IV.2.7) Conditions for opening of tenders

Date: 14/03/2019

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:

An estimated date of 2025.

VI.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 12449. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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: N/a

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Suppliers will be asked what community benefits they would be willing to deliver should they be successful.

(SC Ref:570017)

VI.4) Procedures for review

VI.4.1) Review body

Perth and Kinross Council

2 High Street

Perth

PH1 5PH

UK

Telephone: +44 1738475000

Internet address(es)

URL: http://www.pkc.gov.uk

VI.5) Date of dispatch of this notice

12/02/2019

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
SarahLang@pkc.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.