Contract award notice
Results of the procurement procedure
Section I: Contracting 
        entity
      
I.1) Name and addresses
  The Highland Council
  Glenurquhart Road
  Inverness
  IV3 5BX
  UK
  
            Contact person: Special Projects Category Management Team
  
            Telephone: +44 1463702386
  
            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.2) Joint procurement
The contract is awarded by a central purchasing body
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
Time Limited Housing Support Framework Agreement - 2024 - HC
            Reference number: HC/Pl-H&C/HSFW/2024
  II.1.2) Main CPV code
  98000000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  AWARDED - Lot 1 only.  Lot 2 Not Awarded
  The Highland Council has awarded the Framework Agreement (hereinafter may be referred to as “Framework or FW”) with a number of suitably competent, qualified and experienced Contractors to provide Time Limited Housing Support Services for various service users/requirements for the Highland Council Area, on an ‘as and when’ required basis.
  The Council shall give no guarantee of the volume of work or orders, if any, to be undertaken in relation to the Framework.
  The Framework shall be divided into lots by type of service required and sub-lots by geographical area, where applicable, as follows:
  Lot 1 - Housing Support (Time Limited) [HS], Sub-Lots: Geographical Area:
  Sub-Lot A	Caithness & Sutherland
  Sub-Lot B	Wester Ross, Skye, Kyle of Lochalsh
  Sub-Lot C	Lochaber
  Sub-Lot D	Inner Moray Firth
  Lot 2 - Youth Independent Living Housing Support (Time Limited) [YILHS], Geographical Area:  (No sub-lots) To provide services across the Highland Council Area.
  The Framework shall be for a 24 month period, with the option of multiple extensions to be extended by up to 24 months, subject to each lot / sub-lot (where applicable) requirements i.e., each lot / sub lot may be extended independently of each other (each lot / sub lot evaluated and awarded independently), and by mutual agreement.
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        Yes
      
  II.1.7) Total value of the procurement
  Value excluding VAT: 
				4 113 000.00 
				  GBP
 
II.2) Description
  
          Lot No: 1
  
    II.2.1) Title
    Lot 1 - Housing Support (Time Limited) [HS]
    II.2.2) Additional CPV code(s)
    98000000
    II.2.3) Place of performance
    NUTS code:
    UKM6
Main site or place of performance:
    The Highland Council Area
    II.2.4) Description of the procurement
    AWARDED - Lot 1 only.
    The Highland Council has awarded the Framework Agreement (hereinafter may be referred to as “Framework or FW”) with a number of suitably competent, qualified and experienced Contractors to provide Time Limited Housing Support Services for various service users/requirements for the Highland Council Area, on an ‘as and when’ required basis.
    The Council shall give no guarantee of the volume of work or orders, if any, to be undertaken in relation to the Framework.
    The Framework shall be divided into lots by type of service required and sub-lots by geographical area, where applicable, as follows:
    Lot 1 - Housing Support (Time Limited) [HS], Sub-Lots: Geographical Area:
    Sub-Lot A	Caithness & Sutherland
    Sub-Lot B	Wester Ross, Skye, Kyle of Lochalsh
    Sub-Lot C	Lochaber
    Sub-Lot D	Inner Moray Firth
    ITT: excerpt/part details
    APPOINTMENT TO THE FRAMEWORK:
    e)	All Contractors submitting a Most Economically Advantageous Compliant Tender (MEAT) shall enter the Framework for Lot 1 Sub-Lot(s) (where applicable) they have applied for.
    f)	The Council shall Rank the Tenders submitted according to their scores in terms of the evaluation criteria, as set out in this tender document (ITT), 15.
    CALL-OFF – ORDERS (CALL-OFF CONTRACTS):
    g)	Orders / referrals (Call-off Contracts) shall be awarded on an as and when required basis by placing of an order with the Contractor.
    h)	The first-ranked Contractor shall be approached initially, and if unable to meet the requirement, the second-ranked Contractor shall be approached and so on.
    If the first ranked Contractor confirms they do not have capacity to undertake the work, or there are other relevant issues such as conflict of interest or the Contractor has removed themselves from the Framework, in which case the second ranked Contractor shall be awarded the call-off contract (order).  If the second ranked Contractor cannot meet the need, by reason of issues detailed above, the third ranked Contractor should be approached and so on.
    II.2.5) Award criteria
    
                    Quality criterion: Quality
                    / Weighting: 60
    
                    Price
                    
                      / Weighting: 
                      40
    II.2.11) Information about options
    
            Options:
            
              Yes
            
    Description of options:
    The Framework shall be for a 24 month period, with the option of multiple extensions to be extended by up to 24 months, subject to each lot / sub-lot (where applicable) requirements i.e., each lot / sub lot may be extended independently of each other (each lot / sub lot evaluated and awarded independently), and by mutual agreement.
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
    II.2.14) Additional information
    AWARDED - Lot 1 only.  Lot 2 Not Awarded
    Please note the awarded suppliers are NOT apart of A "group of economic operators".
   
 
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
  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:
  2024/S 000-031380
 
Section V: Award of contract
          Lot No: 1
          Title: Lot 1 - Housing Support (Time Limited) [HS]
        A contract/lot is awarded:
        
        Yes
      
V.2 Award of contract
V.2.1) Date of conclusion of the contract
04/06/2025
V.2.2) Information about tenders
                Number of tenders received: 4
                Number of tenders received from SMEs: 2
                Number of tenders received from tenderers from EU Member States: 0
                Number of tenders received from tenderers from non-EU Member States: 4
                Number of tenders received by electronic means: 4
              The contract has been awarded to a group of economic operators:
              
        Yes
      
V.2.3) Name and address of the contractor
  New Start Highland
  9 Carsegate Road North
  Inverness
  IV3 8DU
  UK
  
            Telephone: +44 1463715615
  
            E-mail: iainherd@newstarthighland.org
  
            NUTS: UKM62
  Internet address(es)
  
              URL: www.newstarthighland.org
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  Salvation Army Trustee Company(The)
  Territorial HQ, 1 Champion Park
  London
  SE5 8FJ
  UK
  
            Telephone: +44 07702942133
  
            E-mail: business.development@salvationarmy.org.uk
  
            NUTS: UK
  Internet address(es)
  
              URL: www.salvationarmy.org.uk
  The contractor is an SME:
        No
      
 
V.2.3) Name and address of the contractor
  CrossReach (the operating name for The Church of Scotland Social Care Council)
  47 Milton Road East
  Edinburgh
  EH15 2SR
  UK
  
            Telephone: +44 1316572000
  
            E-mail: tenders@crossreach.org.uk
  
            NUTS: UK
  Internet address(es)
  
              URL: www.crossreach.org.uk
  The contractor is an SME:
        No
      
 
                V.2.4) Information on value of the contract/lot (excluding VAT)
              
Total value of the contract/lot: 
					: 4 113 000.00 
					  GBP
V.2.5) Information about subcontracting
                The contract is likely to be subcontracted
              
                Value or proportion likely to be subcontracted to third parties
              
                  Proportion: 3 %
                
Short description of the part of the contract to be subcontracted:
Awarded Suppliers Temporary Staff as a when required, to cover for staff shortages due to vacancies/sickness etc.
Bidders were entitled to propose sub-contractors in their tender submission – note Schedule of Approved Sub-Contractors Form of the ITT.
Throughout the course of the Framework Agreement/Call-Off Contracts, any additional proposed or substitute sub-contractors must be authorised by the Council prior to their participation in the delivery of the services. The Council shall require the same level of minimum requirements for each additional proposed or substitute sub-contractor as is stipulated for bidders in this Framework Agreement.
Section VI: Complementary information
VI.3) Additional information
The buyer was using PCS-Tender to conduct this ITT exercise. The Project code is 27632.
Please note the awarded suppliers are NOT apart of A "group of economic operators"
ITT: excerpt/part details
APPOINTMENT TO THE FRAMEWORK:
e)	All Contractors submitting a Most Economically Advantageous Compliant Tender (MEAT) shall enter the Framework for Lot 1 Sub-Lot(s) (where applicable) they have applied for.
f)	The Council shall Rank the Tenders submitted according to their scores in terms of the evaluation criteria, as set out in this tender document (ITT), 15.
CALL-OFF – ORDERS (CALL-OFF CONTRACTS):
g)	Orders / referrals (Call-off Contracts) shall be awarded on an as and when required basis by placing of an order with the Contractor.
h)	The first-ranked Contractor shall be approached initially, and if unable to meet the requirement, the second-ranked Contractor shall be approached and so on.
If the first ranked Contractor confirms they do not have capacity to undertake the work, or there are other relevant issues such as conflict of interest or the Contractor has removed themselves from the Framework, in which case the second ranked Contractor shall be awarded the call-off contract (order).  If the second ranked Contractor cannot meet the need, by reason of issues detailed above, the third ranked Contractor should be approached and so on.
(SC Ref:800743)
VI.4) Procedures for review
  VI.4.1) Review body
  
    Inverness Sheriff Court and Justice of the Peace Court
    The Inverness Justice Centre, Longman Road
    Inverness
    IV1 1AH
    UK
    
            Telephone: +44 1463230782
    
            E-mail: inverness@scotcourts.gov.uk
    Internet address(es)
    
              URL: https://www.scotcourts.gov.uk/the-courts/court-locations/inverness-sheriff-court-and-justice-of-the-peace-court
   
 
VI.5) Date of dispatch of this notice
06/06/2025