Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Dumfries and Galloway Council
Procurement Team, Carruthers House
Dumfries
DG1 2HP
UK
Telephone: +44 3033333000
E-mail: Procurement.PeopleandProjects@dumgal.gov.uk
NUTS: UKM92
Internet address(es)
Main address: http://www.dumgal.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219
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
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
Housing First Flexible Support Service
Reference number: DGCP-0559
II.1.2) Main CPV code
85300000
II.1.3) Type of contract
Services
II.1.4) Short description
Housing First Flexible Support Service is to provide high-quality, housing first support to individuals who have been provided with a permanent tenancy through the Housing First Programme within designated areas of Dumfries and Galloway. This will predominately be within the Lower Nithsdale and Annandale areas of the Region initially. The aim is to reduce repeat homelessness for a small number of people who have multiple complex needs and struggle to maintain temporary or permanent accommodation.
II.1.5) Estimated total value
Value excluding VAT:
769 235.10
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKM92
Main site or place of performance:
Dumfries and Galloway region, predominately in Lower Nithsdale and Annandale.
II.2.4) Description of the procurement
The support model will be relationship based, unconditional and 'portable' and crucially, person-led not system led to deliver what people need.
The support service will use a trauma informed approach and caseworkers will need to work with a small number of people who access the service to provide a proactive support service based on individual needs. The recommended ratio of support worker to person using the service is 1:7.
The awarded provider will be responsible for the day-to-day operations of the Housing First Service and must work cooperatively and collaboratively with the housing providers, Housing Options and Homeless Service and other key partners to provide a holistic service to those accessing support.
The service must adhere to the seven key principles of Housing First:
- People have the right to a home;
- Flexible support is provided for as long as an individual needs it;
- Housing and support are separated;
- Individuals have a choice and control;
- An active engagement approach is used;
- The service is based on people's strengths, goals and aspirations; and
- A harm reduction approach is adopted.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2026
End:
31/03/2029
This contract is subject to renewal: Yes
Description of renewals:
There are two optional extension periods within the Contract which will be awarded at the sole discretion of Dumfries and Galloway Council. The extensions will be for 12 months each.
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:
Bidder must be registered with the Care Inspectorate as a Support Provider.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
The bidder should provide its (“general”) yearly turnover for the number of financial years specified in the relevant Contract Notice
Minimum level(s) of standards required:
Three years turnover required. Turnover must be 2x contract value.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Educational and professional qualifications are held by the service provider or the contractor
Minimum level(s) of standards required:
Bidder’s staff must have completed SSSC Registration.
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:
12/11/2025
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:
12/11/2025
Local time: 12:00
Place:
Dumfries
Information about authorised persons and opening procedure:
two authorised members of the corporate procurement team will open the tender and record openings.
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30225. 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 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 benefit question is set out within the Quality Questionnaire, commitments will then form part of contractual requirements.
(SC Ref:812014)
VI.4) Procedures for review
VI.4.1) Review body
Dumfries Sheriff Court
Dumfries
UK
VI.5) Date of dispatch of this notice
09/10/2025