Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  The Highland Council
  Glenurquhart Road
  Inverness
  IV3 5NX
  UK
  
            Contact person: Paul Adlinton
  
            E-mail: socialcare10.contracts@highland.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.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
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
Children's Disability Short Breaks (Highland)
            Reference number: HSCC23
  II.1.2) Main CPV code
  85000000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  Short Break Care within the family home to include Waking Night Support, Sleeping Night and Day Support. Support to and from activities within the community. Help to support/maintain and/or establish/implement routine. Meet any additional specific requirements of the Child’s Individual Action Plan as per their Child’s Plan. The service is to be delivered across the Highland region.
  II.1.5) Estimated total value
  Value excluding VAT: 
			400 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    85000000
    II.2.3) Place of performance
    NUTS code:
    UKM6
Main site or place of performance:
    The Highland Council geographical area.
    II.2.4) Description of the procurement
    The importance of recognising the family as the critical infrastructure for the wellbeing and development of children in society is at the heart of the Families 1st strategy. A happy life for children involves a loving family within a broader system of friendships, community networks and universal services. Families will get the right help, at the right time, by the right people. Families 1st is set within the national policy landscape of UN Convention on Rights of a Child (UNCRC), The Promise, underpinned by strong Getting It Right For Every Child (GIRFEC) roots in Highland. Support from out with the family network should be available when needed for as long as it is needed.
    Section 23 of The Children (Scotland) Act 1995 introduced a legal framework for assessment, services and support to children with disabilities, children affected by disability and their families.  The Act states that “Services for these children should be designed to minimise the adverse effects of disability and to enable them to lead lives which are as normal as possible. Specific provisions relating to children with or affected by disability do not stand alone”.
    The service being tendered is Short Break Care within the family home to include Waking Night Support, Sleeping Night and Day Support. Support to and from activities within the community. Help to support/maintain and/or establish/implement routine. Meet any additional specific requirements of the Child’s Individual Action Plan as per their Child’s Plan.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 90
    
                    Price
                    
                      / Weighting: 
                      10
    II.2.6) Estimated value
    Value excluding VAT: 
			400 000.00 
			  GBP
    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 term is three years plus the option to extend by up to 12 months.
    The maximum budget for the service (including one-year optional extension i.e., four years) is GBP400000.
    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:
  Bidders must confirm that they are appropriately registered with the Care Inspectorate for the services required.
  Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described.
  III.1.2) Economic and financial standing
  List and brief description of selection criteria:
  1.The Council shall obtain a Creditsafe credit check and will score bidders accordingly:
  71 - 100 Very Low Risk – Accept
  51 - 70 Low Risk - Accept
  30 - 50 Moderate Risk – subject to further discussion internally with the option to reject.
  21-29 High Risk – subject to further discussion internally with the option to reject.
  1-20 Very High Risk – Reject.
  *The following applies if no credit check can be undertaken:
  2. Please state current turnover (if contract value is over 50% of reported turnover, further discussion will be had internally with the option
  to reject).
  3. If you are under no obligation to publish accounts on Companies House and/or do not have a comprehensive credit rating then provide
  audited financial accounts for the previous two years. Both quick and current ratios should be a minimum of 1:1.5 for the two successive
  years. Bidders whose ratios do not meet the minimum criteria will be rejected. Bidders who can provide audited accounts but chose not to
  do so shall be rejected.
  4. Bidders who have been trading for less than one year and cannot provide audited accounts must submit the cash flow for the current year
  and a letter from the bank outlining the current cash and credit position for the current year and subsequent year. This will be subject to
  internal discussion with the option to reject.
  5. If bidder still does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for
  consideration where their submission is supported by a parent company guarantee.
Minimum level(s) of standards required:
  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:
  Employer’s Liability Insurance = GBP10m
  Public Liability Insurance = GBP5m
  III.1.3) Technical and professional ability
  Selection criteria as stated in the procurement documents
 
III.2) Conditions related to the contract
  III.2.2) Contract performance conditions
  Details of reviewing perfomance are contained in the tender documentation.
 
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Open procedure
                        
  
                    IV.1.3) Information about a framework agreement or a dynamic purchasing system
                  
  The procurement involves the establishment of a framework agreement with several operators.
  
                            Envisaged maximum number of participants to the framework agreement: 20
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        No
      
 
IV.2) Administrative information
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              13/08/2025
  
                Local time: 12:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  IV.2.7) Conditions for opening of tenders
  
              Date:
              13/08/2025
  
              Local time: 12:00
  Place:
  Highland Council Headquarters, Inverness
  Information about authorised persons and opening procedure:
  Authorised Council officers opening on PCS-T.
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        Yes
      
Estimated timing for further notices to be published:
Spring 2028
VI.3) Additional information
Tender will be uploaded onto PCST during week commencing 7th July 2025.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29636. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Community Benefits including Fair Working Practices and Enviromental Benefits will form part of the evaluation criteria.
(SC Ref:803459)
VI.4) Procedures for review
  VI.4.1) Review body
  
    Inverness Sheriff Court
    The Inverness Justice Centre, Longman Road
    Inverness
    IV1 1AH
    UK
    
            Telephone: +44 1463230782
   
 
VI.5) Date of dispatch of this notice
07/07/2025