Tender Details
Title
Housing Advice / Advocacy Service North Ayrshire Council Housing Advice / Advocacy Service North Ayrshire Council Housing Advice / Advocacy ServiceNorth Ayrshire Council requires the provision of an independent advice, advocacy and information service across North Ayrshire to enhance the existing in-house provision and ensure the Council meets its statutory obligations. There is likely to be an increasing need for advocacy as indicated by an aging population and levels of deprivation. Reference no:APR476131 Published by:North Ayrshire Council Published to:External Deadline date:28/05/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-0445cb Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-0445cbPublished by:North Ayrshire CouncilAuthority ID:AA20915Publication date:27 April 2024Deadline date:28 May 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract North Ayrshire Council requires the provision of an independent advice, advocacy and information service across North Ayrshire to enhance the existing in-house provision and ensure the Council meets its statutory obligations. There is likely to be an increasing need for advocacy as indicated by an aging population and levels of deprivation. Full notice text Contract noticeSection I: Contracting authority I.1) Name and addressesNorth Ayrshire CouncilCunninghame House, Friars CroftIrvineKA12 8EEUK E-mail: raymondhamilton@north-ayrshire.gov.uk NUTS: UKM93Internet address(es) Main address: http://www.north-ayrshire.gov.uk Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337I.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:https://www.publictendersscotland.publiccontractsscotland.gov.ukAdditional information can be obtained from the abovementioned addressTenders or requests to participate must be sent electronically to:https://www.publictendersscotland.publiccontractsscotland.gov.ukI.4) Type of the contracting authorityRegional or local authorityI.5) Main activityGeneral public servicesSection II: ObjectII.1) Scope of the procurementII.1.1) TitleHousing Advice / Advocacy Service Reference number: NAC/5184II.1.2) Main CPV code75123000 II.1.3) Type of contractServicesII.1.4) Short descriptionNorth Ayrshire Council requires the provision of an independent advice, advocacy and information service across North Ayrshire to enhance the existing in-house provision and ensure the Council meets its statutory obligations. There is likely to be an increasing need for advocacy as indicated by an aging population and levels of deprivation.II.1.5) Estimated total valueValue excluding VAT: 227 253.00 GBPII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)7033300075123000II.2.3) Place of performanceNUTS code:UKM93II.2.4) Description of the procurementNorth Ayrshire Council (the Council) provides advice and information to prevent homelessness and to assist homeless households to understand their rights, by providing an accredited in-house advice service within the Housing Services Homeless Advice Team (HAT). This free advice service is available to anyone over the age of 16 and is tailored to meet to individual needs and circumstances.Delivery of an independent advice, advocacy and information service across North Ayrshire is required to enhance the existing in-house provision and ensure the Council meets its statutory obligations. There is likely to be an increasing need for advocacy as indicated by an aging population and levels of deprivation.As part of the latest Homelessness and Rough Sleeping Action Group (HARSAG) recommendations, the service should ensure communication is accessible to everyone to obtain advocacy.II.2.5) Award criteriaCriteria below: Quality criterion: Organisational Structure / Weighting: 5% Quality criterion: Promoting Service / Weighting: 10% Quality criterion: Methodology / Weighting: 20% Quality criterion: Mobilisation / Weighting: 5% Price / Weighting: 60%II.2.6) Estimated valueValue excluding VAT: 227 253.00 GBPII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 12 This contract is subject to renewal: Yes Description of renewals:Option to extend for up to an additional 24 monthsII.2.9) Information about the limits on the number of candidates to be invitedII.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 informationIII.1) Conditions for participationIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.Bidders must confirm if they hold the particular authorisation or membershipsIII.1.2) Economic and financial standingList and brief description of selection criteria:Bidders will be required to have a minimum yearly “specific” turnover of (151,502)GBP for the last 3 years in the business area covered by the contract.If this information or the clarifications are not satisfactory, the bidder will be excluded from the tender process.Bidders who cannot meet the required level of turnover will be excluded from this tender.Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.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:Employer’s (Compulsory) Liability Insurance = [5,000,000]GBP in respect of any one eventhttp://www.hse.gov.uk/pubns/hse40.pdfPublic Liability Insurance [5,000,000]GBP in respect of any one eventIII.1.3) Technical and professional abilityList and brief description of selection criteria:Bidders are required to provide 2 examples of services carried out in the past 3 years that demonstrates they have the relevant experience to deliver the services described in the Contract Notice. The services must be of a similar value, size and scope. Unsatisfactory experience will result in exclusion from the tender process.Bidders must also provide 2 satisfactory references for the same 2 contracts on the reference templates provided. References should be completed and signed by previous customers for contracts of a similar value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.Bidders are required to confirm that all managers and staff members delivering information, advice and advocacy must becompliant with the Scottish National Standards for Information and Advice Providers and accredited to type 3.Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2D.1.2 of the qualification envelope.III.2) Conditions related to the contractIII.2.2) Contract performance conditionsThe Council shall monitor and review the overall operation of this Contract and the performance of the Provider through the completion of the above monthly performance monitoring report.A contract management meeting can be called at any time in response to concerns raised by the referring officers, the Provider or Service Users, however these are anticipated to be on a monthly or quarterly basis.The Provider must regularly review their work against the aims and objectives of this contract and make the results of these reviews accessible to the Council at least once a year.Section IV: ProcedureIV.1) DescriptionIV.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 informationIV.2.1) Previous publication concerning this procedureNotice number in the OJ S:2024/S 000-007095IV.2.2) Time limit for receipt of tenders or requests to participate Date: 28/05/2024 Local time: 12:00IV.2.4) Languages in which tenders or requests to participate may be submittedENIV.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: 28/05/2024 Local time: 12:00Section VI: Complementary informationVI.1) Information about recurrence This is a recurrent procurement: Yes Estimated timing for further notices to be published:6 months prior to expiry of this contractVI.2) Information about electronic workflowsElectronic ordering will be usedElectronic invoicing will be acceptedElectronic payment will be usedVI.3) Additional informationLots are not being used for this tender for the reason(s) stated below:Nature of the contract not suitable for lots.Quality Management Procedures1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or a documented policy regarding quality management, see attachment at SPD question 4D.1.Health and Safety Procedures1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question 4D.1.The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26630. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343Community 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 will be required on a voluntary basis for:- Employment- Employability & Skills- SMEs- TSOs- Education- Community Wish List (http://northayrshire.community/community-benefits-wishlist- application-form/)(SC Ref:764810)VI.4) Procedures for reviewVI.4.1) Review bodyKilmarnock Sheriff CourtSheriff Court House, St Marnock StreetKilmarnockKA1 1EDUK Telephone: +44 1563550024Internet address(es) URL: https://www.scotcourts.gov.uk/VI.5) Date of dispatch of this notice26/04/2024 Coding Commodity categories ID Title Parent category 75123000Administrative housing servicesAdministrative services of agencies70333000Housing servicesProperty management services of real estate on a fee or contract basis Delivery locations ID Description 100UK - All Alert region restrictions The buyer has restricted the alert for this notice to suppliers based in the following regions. ID Description There are no alert restrictions for this notice. About the buyer Main contact:raymondhamilton@north-ayrshire.gov.ukAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.
Country
Language
English
Organization
Published Date
26.04.2024
Deadline Date
28.05.2024
Overview
Housing Advice / Advocacy Service North Ayrshire Council Housing Advice / Advocacy ServiceNorth Ayrshire Council requires the provision of an independent advice, advocacy and information service across North Ayrshire to enhance the existing in-house provision and ensure the Council meets its statutory obligations. There is likely to be an increasing need for advocacy as indicated by an aging population and levels of deprivation. Reference no:APR476131 Published by:North Ayrshire Council Published to:External Deadline date:28/05/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-0445cb Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-0445cbPublished by:North Ayrshire CouncilAuthority ID:AA20915Publication date:27 April 2024Deadline date:28 May 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract North Ayrshire Council requires the provision of an independent advice, advocacy and information service across North Ayrshire to enhance the existing in-house provision and ensure the Council meets its statutory obligations. There is likely to be an increasing need for advocacy as indicated by an aging population and levels of deprivation. Full notice text Contract noticeSection I: Contracting authority I.1) Name and addressesNorth Ayrshire CouncilCunninghame House, Friars CroftIrvineKA12 8EEUK E-mail: raymondhamilton@north-ayrshire.gov.uk NUTS: UKM93Internet address(es) Main address: http://www.north-ayrshire.gov.uk Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337I.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:https://www.publictendersscotland.publiccontractsscotland.gov.ukAdditional information can be obtained from the abovementioned addressTenders or requests to participate must be sent electronically to:https://www.publictendersscotland.publiccontractsscotland.gov.ukI.4) Type of the contracting authorityRegional or local authorityI.5) Main activityGeneral public servicesSection II: ObjectII.1) Scope of the procurementII.1.1) TitleHousing Advice / Advocacy Service Reference number: NAC/5184II.1.2) Main CPV code75123000 II.1.3) Type of contractServicesII.1.4) Short descriptionNorth Ayrshire Council requires the provision of an independent advice, advocacy and information service across North Ayrshire to enhance the existing in-house provision and ensure the Council meets its statutory obligations. There is likely to be an increasing need for advocacy as indicated by an aging population and levels of deprivation.II.1.5) Estimated total valueValue excluding VAT: 227 253.00 GBPII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)7033300075123000II.2.3) Place of performanceNUTS code:UKM93II.2.4) Description of the procurementNorth Ayrshire Council (the Council) provides advice and information to prevent homelessness and to assist homeless households to understand their rights, by providing an accredited in-house advice service within the Housing Services Homeless Advice Team (HAT). This free advice service is available to anyone over the age of 16 and is tailored to meet to individual needs and circumstances.Delivery of an independent advice, advocacy and information service across North Ayrshire is required to enhance the existing in-house provision and ensure the Council meets its statutory obligations. There is likely to be an increasing need for advocacy as indicated by an aging population and levels of deprivation.As part of the latest Homelessness and Rough Sleeping Action Group (HARSAG) recommendations, the service should ensure communication is accessible to everyone to obtain advocacy.II.2.5) Award criteriaCriteria below: Quality criterion: Organisational Structure / Weighting: 5% Quality criterion: Promoting Service / Weighting: 10% Quality criterion: Methodology / Weighting: 20% Quality criterion: Mobilisation / Weighting: 5% Price / Weighting: 60%II.2.6) Estimated valueValue excluding VAT: 227 253.00 GBPII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 12 This contract is subject to renewal: Yes Description of renewals:Option to extend for up to an additional 24 monthsII.2.9) Information about the limits on the number of candidates to be invitedII.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 informationIII.1) Conditions for participationIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.Bidders must confirm if they hold the particular authorisation or membershipsIII.1.2) Economic and financial standingList and brief description of selection criteria:Bidders will be required to have a minimum yearly “specific” turnover of (151,502)GBP for the last 3 years in the business area covered by the contract.If this information or the clarifications are not satisfactory, the bidder will be excluded from the tender process.Bidders who cannot meet the required level of turnover will be excluded from this tender.Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.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:Employer’s (Compulsory) Liability Insurance = [5,000,000]GBP in respect of any one eventhttp://www.hse.gov.uk/pubns/hse40.pdfPublic Liability Insurance [5,000,000]GBP in respect of any one eventIII.1.3) Technical and professional abilityList and brief description of selection criteria:Bidders are required to provide 2 examples of services carried out in the past 3 years that demonstrates they have the relevant experience to deliver the services described in the Contract Notice. The services must be of a similar value, size and scope. Unsatisfactory experience will result in exclusion from the tender process.Bidders must also provide 2 satisfactory references for the same 2 contracts on the reference templates provided. References should be completed and signed by previous customers for contracts of a similar value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.Bidders are required to confirm that all managers and staff members delivering information, advice and advocacy must becompliant with the Scottish National Standards for Information and Advice Providers and accredited to type 3.Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2D.1.2 of the qualification envelope.III.2) Conditions related to the contractIII.2.2) Contract performance conditionsThe Council shall monitor and review the overall operation of this Contract and the performance of the Provider through the completion of the above monthly performance monitoring report.A contract management meeting can be called at any time in response to concerns raised by the referring officers, the Provider or Service Users, however these are anticipated to be on a monthly or quarterly basis.The Provider must regularly review their work against the aims and objectives of this contract and make the results of these reviews accessible to the Council at least once a year.Section IV: ProcedureIV.1) DescriptionIV.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 informationIV.2.1) Previous publication concerning this procedureNotice number in the OJ S:2024/S 000-007095IV.2.2) Time limit for receipt of tenders or requests to participate Date: 28/05/2024 Local time: 12:00IV.2.4) Languages in which tenders or requests to participate may be submittedENIV.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: 28/05/2024 Local time: 12:00Section VI: Complementary informationVI.1) Information about recurrence This is a recurrent procurement: Yes Estimated timing for further notices to be published:6 months prior to expiry of this contractVI.2) Information about electronic workflowsElectronic ordering will be usedElectronic invoicing will be acceptedElectronic payment will be usedVI.3) Additional informationLots are not being used for this tender for the reason(s) stated below:Nature of the contract not suitable for lots.Quality Management Procedures1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or a documented policy regarding quality management, see attachment at SPD question 4D.1.Health and Safety Procedures1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question 4D.1.The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26630. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343Community 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 will be required on a voluntary basis for:- Employment- Employability & Skills- SMEs- TSOs- Education- Community Wish List (http://northayrshire.community/community-benefits-wishlist- application-form/)(SC Ref:764810)VI.4) Procedures for reviewVI.4.1) Review bodyKilmarnock Sheriff CourtSheriff Court House, St Marnock StreetKilmarnockKA1 1EDUK Telephone: +44 1563550024Internet address(es) URL: https://www.scotcourts.gov.uk/VI.5) Date of dispatch of this notice26/04/2024 Coding Commodity categories ID Title Parent category 75123000Administrative housing servicesAdministrative services of agencies70333000Housing servicesProperty management services of real estate on a fee or contract basis Delivery locations ID Description 100UK - All Alert region restrictions The buyer has restricted the alert for this notice to suppliers based in the following regions. ID Description There are no alert restrictions for this notice. About the buyer Main contact:raymondhamilton@north-ayrshire.gov.ukAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.
NAICS
Business All Other Professional Other Direct Insurance (except Life Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Other Foundation Other Foundation Religious Justice Other Professional Turned Product and Screw Other Justice Direct Insurance (except Life Direct Life Courts Trusts Courts Foundation Other Similar Organizations (except Business All Other Professional General Freight Trucking Management Other Justice Trusts Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Professional Process Funds
CPVS
Parts of structures Hats Profiles System, storage and content management software package Mains Control, safety, signalling and light equipment Nuts Sections Lavatory seats, covers, bowls and cisterns Publications Carbon Frames Safety cases Other community, social and personal services Templates Structures and parts System, storage and content management software development services Vats Monitors Other services Envelopes Envelopes, letter cards and plain postcards Radio, television, communication, telecommunication and related equipment Electronic, electromechanical and electrotechnical supplies Dates
UNSPSC
Profiles House Nuts Templates Awards Business cases Population Liability insurance Case making services
Regions
Europe Northern Europe
Sectors
Civil Works Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Banking-Finance-Insurance Infrastructure Printing and Publishing Services Railways-Rail-Railroad Education and Training Defence and Security Electricity Construction Consultancy Energy-Power and Electrical Computer Hardwares and Consumables Aviation Electronics Real Estate 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