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