Tender Details
Title

Time Limited Housing Support Framework Agreement - 2024 - HC The Highland Council intends to put in place a 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 ...

Country
Language
English
Organization
Published Date
01.10.2024
Deadline Date
13.11.2024
Overview
Time Limited Housing Support Framework Agreement - 2024 - HC The Highland Council intends to put in place a 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 ... The Highland Council Time Limited Housing Support Framework Agreement - 2024 - HC - Opportunity Time Limited Housing Support Framework Agreement - 2024 - HC The Highland Council F02: Contract notice Notice reference: 2024/S 000-031380 Published 1 October 2024, 2:16pm Watch this notice Contents Open all one. Contracting authorityI. Contracting authorityPress escape key to exit two. Object (2 lots)II. Object (2 lots) Scope of the procurement Lot 1 - Housing Support (Time Limited) [HS] Lot 2 - Youth Independent Living Housing Support (Time Limited) [YILHS] three. Legal, economic, financial and technical informationIII. Legal, economic, financial and technical information four. ProcedureIV. Procedure six. Complementary informationVI. Complementary information Download PDF version Share this notice Twitter LinkedIn Email Copy link Print this notice Report concerns about this procurement Section one: Contracting authoritySection I: Contracting authority one.1) Name and addressesI.1) Name and addresses The Highland Council Glenurquhart Road Inverness IV3 5BX Contact Special Projects Category Management Team Email CPSSprocurement@aberdeencity.gov.uk Telephone +44 1463702386 Country United Kingdom NUTS code UKM6 - Highlands and Islands Internet address(es) Main address http://www.highland.gov.uk Buyer's address https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045 one.2) Information about joint procurementI.2) Information about joint procurement The contract is awarded by a central purchasing body one.3) CommunicationI.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge, at https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html one.4) Type of the contracting authorityI.4) Type of the contracting authority Regional or local authority one.5) Main activityI.5) Main activity General public services Section two: ObjectSection II: Object two.1) Scope of the procurementII.1) Scope of the procurement two.1.1) TitleII.1.1) Title Time Limited Housing Support Framework Agreement - 2024 - HC Reference number HC/Pl-H&C/HSFW/2024 two.1.2) Main CPV codeII.1.2) Main CPV code 98000000 - Other community, social and personal services two.1.3) Type of contractII.1.3) Type of contract Services two.1.4) Short descriptionII.1.4) Short description The Highland Council intends to put in place a 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. two.1.5) Estimated total valueII.1.5) Estimated total value Value excluding VAT: £6,075,000 two.1.6) Information about lotsII.1.6) Information about lots This contract is divided into lots: Yes Tenders may be submitted for maximum number of lots 2 Maximum number of lots that may be awarded to one tenderer: 250 The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Contractors successfully awarded to Lot 1 Sub-Lot D Inner Moray Firth, shall be required to provide a service in each of the other three (3) Sub Lots (A-C) if there are no other Contractors providing Housing Support for these sub-lots at time of award - more information provided in ITT. two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Lot 1 - Housing Support (Time Limited) [HS] Lot No 1 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 98000000 - Other community, social and personal services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKM6 - Highlands and Islands Main site or place of performance The Highland Council Area two.2.4) Description of the procurementII.2.4) Description of the procurement The Highland Council intends to put in place a 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 two.2.5) Award criteriaII.2.5) Award criteria Quality criterion - Name: Quality / Weighting: 60 Price - Weighting: 40 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 24 This contract is subject to renewal Yes Description of renewals 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. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.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. two.2.12) Information about electronic cataloguesII.2.12) Information about electronic catalogues Tenders must be presented in the form of electronic catalogues or include an electronic catalogue two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Lot 2 - Youth Independent Living Housing Support (Time Limited) [YILHS] Lot No 2 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 98000000 - Other community, social and personal services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKM6 - Highlands and Islands Main site or place of performance The Highland Council Area two.2.4) Description of the procurementII.2.4) Description of the procurement The Highland Council intends to put in place a 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 2 - Youth Independent Living Housing Support (Time Limited) [YILHS]: Geographical Area (No sub-lots) - To provide services across the Highland Council Area. two.2.5) Award criteriaII.2.5) Award criteria Quality criterion - Name: Quality / Weighting: 60 Price - Weighting: 40 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 24 This contract is subject to renewal Yes Description of renewals 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. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.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. two.2.12) Information about electronic cataloguesII.2.12) Information about electronic catalogues Tenders must be presented in the form of electronic catalogues or include an electronic catalogue two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No Section three. Legal, economic, financial and technical informationSection III. Legal, economic, financial and technical information three.1) Conditions for participationIII.1) Conditions for participation three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers List and brief description of conditions The Contractor must be registered with the Care Inspectorate. The Contractor shall provide qualified trained staff who meet the requirements of the Scottish Social Services Council (SSSC) or equivalent, including, but not limited to, registration requirements Codes of Practice for Social Service Workers and Employers. IN ADDITION, BIDDERS ARE DIRECTED TO THE MINIMUM REQUIREMENTS CONTAINED IN THE TENDER DOCUMENTS IN RELATION TO LOT 1 & LOT 2 (IF APPLICABLE), WHICH BIDDERS SHALL COMPLY WITH. three.1.2) Economic and financial standingIII.1.2) Economic and financial standing List and brief description of selection criteria Minimum level(s) of standards required: The winning bidder(s) and its sub-contractor(s) to provide a current copy and have as a minimum: - 5,000,000 GBP Employers Liability Insurance (where applicable) for each and every claim; - 5,000,000 GBP Public Liability Insurance for each and every claim; and - 5,000,000 GBP Professional Liability Insurance (where applicable) for each and every claim; PROVIDE THE ORGANISATIONS AUDITED ACCOUNTS COVERING THE LAST FINANCIAL 3 YEARS and include the audited accounts for the years that have been audited to date in the business area covered by the Framework Agreement; THE COUNCIL WILL USE AN INDEPENDENT CREDIT SCORING ORGANISATION, CREDITSAFE, TO CHECK THE FINANCIAL STATUS OF THE WINNING BIDDER(S). To minimise risk of failure, the desired risk score should not be below Moderate Risk as a minimum. The Council shall take a view on the risk to the Council should the winning bidder(s) credit rating fall below this and may involve further detailed financial checking/assessment. Where it is considered that the additional supporting information does not provide satisfaction that the risk is mitigated, the bidder(s) shall be disqualified. Minimum level(s) of standards possibly required Minimum level(s) of standards required: The winning bidder(s) and its sub-contractor(s) to provide a current copy and have as a minimum: - 5,000,000 GBP Employers Liability Insurance (where applicable) for each and every claim; - 5,000,000 GBP Public Liability Insurance for each and every claim; and - 5,000,000 GBP Professional Liability Insurance (where applicable) for each and every claim; PROVIDE THE ORGANISATIONS AUDITED ACCOUNTS COVERING THE LAST FINANCIAL 3 YEARS and include the audited accounts for the years that have been audited to date in the business area covered by the Framework Agreement; THE COUNCIL WILL USE AN INDEPENDENT CREDIT SCORING ORGANISATION, CREDITSAFE, TO CHECK THE FINANCIAL STATUS OF THE WINNING BIDDER(S). To minimise risk of failure, the desired risk score should not be below Moderate Risk as a minimum. The Council shall take a view on the risk to the Council should the winning bidder(s) credit rating fall below this and may involve further detailed financial checking/assessment. Where it is considered that the additional supporting information does not provide satisfaction that the risk is mitigated, the bidder(s) shall be disqualified. three.1.3) Technical and professional abilityIII.1.3) Technical and professional ability List and brief description of selection criteria Minimum level(s) of standards required: Bidders must have relevant experience to deliver the Services as described and must provide the following: - PROVIDE DETAILS OF HOW HEALTH & SAFETY is managed within the organisation and a copy of the organisations current Health & Safety Policy (or Statement for organisations with fewer than 5 employees); - THE BIDDER MUST HAVE UNDER THE ORGANISATIONS HEALTH & SAFETY (H&S) procedures a regularly reviewed and documented policy for H& Safety Management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of H& Safety Management and compliance with legislation. - PROVIDE 2 COPIES OF RISK ASSESSMENTS specifically relating to similar activities currently undertaken (or Statement for organisations with fewer than 5 employees); - PROVIDE 2 COPIES OF EXAMPLES OF TRAINING RECORD specifically relating to similar activities currently undertaken; - PROVIDE DETAILS OF BUSINESS CONTINUITY AND CONTINGENCY PROPOSALS for the service required; - PROVIDE DETAILS OF PROVISIONAL EXIT PLAN for the service required; - CONFIRM IF SUB-CONTRACTING, list the sub-contractors they propose to use and state which part/s of the Framework Agreement the sub-contractor(s) shall deliver and approximate value; - CONFIRM “NON-DISCLOSURE” ITEMS relating to FOI(S)A obligations (if any); IN ADDITION, BIDDERS ARE DIRECTED TO THE MINIMUM REQUIREMENTS CONTAINED IN THE TENDER DOCUMENTS IN RELATION TO LOT 1 and LOT 2 (WHERE APPLICABLE), WHICH BIDDERS SHALL COMPLY WITH. Minimum level(s) of standards possibly required Minimum level(s) of standards required: Bidders must have relevant experience to deliver the Services as described and must provide the following: - PROVIDE DETAILS OF HOW HEALTH & SAFETY is managed within the organisation and a copy of the organisations current Health & Safety Policy (or Statement for organisations with fewer than 5 employees); - THE BIDDER MUST HAVE UNDER THE ORGANISATIONS HEALTH & SAFETY (H&S) procedures a regularly reviewed and documented policy for H& Safety Management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of H& Safety Management and compliance with legislation. - PROVIDE 2 COPIES OF RISK ASSESSMENTS specifically relating to similar activities currently undertaken (or Statement for organisations with fewer than 5 employees); - PROVIDE 2 COPIES OF EXAMPLES OF TRAINING RECORD specifically relating to similar activities currently undertaken; - PROVIDE DETAILS OF BUSINESS CONTINUITY AND CONTINGENCY PROPOSALS for the service required; - PROVIDE DETAILS OF PROVISIONAL EXIT PLAN for the service required; - CONFIRM IF SUB-CONTRACTING, list the sub-contractors they propose to use and state which part/s of the Framework Agreement the sub-contractor(s) shall deliver and approximate value; - CONFIRM “NON-DISCLOSURE” ITEMS relating to FOI(S)A obligations (if any); IN ADDITION, BIDDERS ARE DIRECTED TO THE MINIMUM REQUIREMENTS CONTAINED IN THE TENDER DOCUMENTS IN RELATION TO LOT 1 and LOT 2 (WHERE APPLICABLE), WHICH BIDDERS SHALL COMPLY WITH. three.2) Conditions related to the contractIII.2) Conditions related to the contract three.2.1) Information about a particular professionIII.2.1) Information about a particular profession Execution of the service is reserved to a particular profession Reference to the relevant law, regulation or administrative provision The Contractor must be registered with the Care Inspectorate. three.2.2) Contract performance conditionsIII.2.2) Contract performance conditions Tenderers are directed to the Tender Documents which they must comply with. Section four. ProcedureSection IV. Procedure four.1) DescriptionIV.1) Description four.1.1) Type of procedureIV.1.1) Type of procedure Open procedure four.1.3) Information about a framework agreement or a dynamic purchasing systemIV.1.3) Information about a framework agreement or a dynamic purchasing system The procurement involves the establishment of a framework agreement Framework agreement with several operators Envisaged maximum number of participants to the framework agreement: 250 four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes four.2) Administrative informationIV.2) Administrative information four.2.1) Previous publication concerning this procedureIV.2.1) Previous publication concerning this procedure Notice number: 2024/S 000-014309 four.2.2) Time limit for receipt of tenders or requests to participateIV.2.2) Time limit for receipt of tenders or requests to participate Date 13 November 2024 Local time 12:00pm four.2.4) Languages in which tenders or requests to participate may be submittedIV.2.4) Languages in which tenders or requests to participate may be submitted English four.2.6) Minimum time frame during which the tenderer must maintain the tenderIV.2.6) Minimum time frame during which the tenderer must maintain the tender Tender must be valid until: 19 March 2025 four.2.7) Conditions for opening of tendersIV.2.7) Conditions for opening of tenders Date 13 November 2024 Local time 12:00pm Place Electronic Information about authorised persons and opening procedure C&PSS Staff: SPS or CM Section six. Complementary informationSection VI. Complementary information six.1) Information about recurrenceVI.1) Information about recurrence This is a recurrent procurement: No six.2) Information about electronic workflowsVI.2) Information about electronic workflows Electronic ordering will be used Electronic invoicing will be accepted Electronic payment will be used six.3) Additional informationVI.3) Additional information The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27632. For more information see: https://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 For more information see the ITT and SPD-Instructions documents and for further information on using PCS-Tender, please contact the PCS-Tender Team pcs-tender@gov.scot Tenderers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27632. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 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: Sustainability and Community Benefits as well as Fair Work Practices are stated within the Tender Documents. (SC Ref:778638) six.4) Procedures for reviewVI.4) Procedures for review six.4.1) Review bodyVI.4.1) Review body Inverness Sheriff Court and Justice of the Peace Court The Inverness Justice Centre, Longman Road Inverness IV1 1AH Email inverness@scotcourts.gov.uk Telephone +44 1463230782 Country United Kingdom Internet address https://www.scotcourts.gov.uk/the-courts/court-locations/inverness-sheriff-court-and-justice-of-the-peace-court Back to top 1727988595 Support links About us Contact us Accessibility statement Terms and conditions Privacy notice Cookies Data and API All content is available under the Open Government Licence v3.0 except where otherwise stated. Notices are based on TED XML schema. © European Union, https://ted.europa.eu, 1998–2020 © Crown copyright Review services If you have any concerns about procurement practices, including late payment, you can contact a review service. The role of the services is to: provide a clear, structured and direct route for suppliers to raise concerns about public procurement practice offer feedback to enquirers on their concerns Find out more: England - Public Procurement Review Service Northern Ireland - CPD Supplier Charter Scotland - Single Point of Enquiry Wales - Supplier Feedback Service Close Saved to watched notices list This notice has been added to your watched notices list. Close Sign in to watch this notice To watch this notice, sign in to your account or register. You will need to find this notice again after signing in to watch it. Watching a notice means: It will be in your list of watched notices, so you can easily find it again You can choose to receive emails when it is updated or before it closes Close Confirm YesNo Session timeout Your session will time out soon You will be signed out of your account if you do not respond in 5 minutes. We do this to keep your information secure. 5 minutes remaining until you will be signed out. Continue session Sign out warning you will not be able to undo this action Time Limited Housing Support Framework Agreement - 2024 - HCThe Highland Council  The Highland Council intends to put in place a 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 ...  Notice typeF02: Contract noticeClosing13 November 2024, 12:00pmContract locationUKM6 - Highlands and IslandsTotal value £6,075,000 Publication date1 October 2024, 2:16pm
NAICS
Business All Other Professional Jewelry Other Direct Insurance (except Life Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Regulation All Other Personal Services Other Personal Services All Other Personal Services Religious Executive and Legislative Offices Financial Transactions Processing Justice Other Professional Cookie All Other Support Services Turned Product and Screw Other Justice Regulation Direct Insurance (except Life Direct Life Jewelry Courts Courts Financial Transactions Processing Other Similar Organizations (except Business All Other Professional General Freight Trucking Executive and Legislative Offices Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Professional Funds
CPVS
Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... System, storage and content management software package Mains Control, safety, signalling and light equipment Nuts Sections Construction, foundation and surface works for highways, roads Lavatory seats, covers, bowls and cisterns Publications Frames Training, workout or aerobic services Records Safety cases Other community, social and personal services Supports Foundation work for highways, roads, streets and footpaths Construction work for highways, roads System, storage and content management software development services Forms Watches Vats Installation services of equipment for measuring, checking, testing and navigating Catalogues Other services Keys Scales Radio, television, communication, telecommunication and related equipment Electronic, electromechanical and electrotechnical supplies Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Nuts Scales Awards Business cases Watches Liability insurance Single room Case making services Training, Technical: Crew Resource Management, Emergency Procedures, Dangerous Goods
Regions
Europe Northern Europe
Sectors
Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Banking-Finance-Insurance Postal and Courier Services Roads and Highways-Bridge Infrastructure Law and Legal Printing and Publishing Services Railways-Rail-Railroad Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Aviation Petroleum Products Electronics Building Material Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert