Back to tenders & grants page
Provision of a Housing Information and Advice Service Real Estate, Pharmaceutical & Medical Provision of a Housing Information and Advice Service
Receive Tenders like this by email

Provision of a Housing Information and Advice Service

Provision of a Housing Information and Advice Service has been closed on 15 Oct 2021. It no longer accepts any bids. For further information, you can contact the Inverclyde Council

Bellow, you can find more information about this project: 

Location: United Kingdom

General information

Donor:

Inverclyde Council

Industry:

Real Estate

Pharmaceutical & Medical

Status:

Closed

Timeline

Published:

13 Sep 2021

Deadline:

15 Oct 2021

Value:

Not available

Contacts

Phone:

+44 1475712364

Description

https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP427231

Contract notice

Directive 2014/24/EU - Public Sector Directive

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses

Inverclyde Council

Corporate Procurement, Municipal Buildings, Clyde Square

Greenock

PA15 1LX

UK

Telephone: +44 1475712364

E-mail: [email protected]

NUTS: UKM83

Internet address(es)

Main address: http://www.inverclyde.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/toolkit/negotiation/common/param/structure/FormDetail.do?_ncp=1630663068875.47488-3#fh


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/esop/toolkit/negotiation/common/param/structure/FormDetail.do?_ncp=1630663068875.47488-3#fh


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

Provision of a Housing Information and Advice Service

Reference number: CP0410/HSCP

II.1.2) Main CPV code

70330000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The service is aimed at providing easily accessible, independent housing advice and assistance to those who are homeless or threatened with homelessness.

Independent advice should be targeted at those who are either homeless or potentially homeless and who have already sought or received advice and assistance from the mainstream housing agencies. Queries relating to the prevention of homelessness should also be afforded priority by the service.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

75123000

70333000

71317200

75122000

II.2.3) Place of performance

NUTS code:

UKM83

II.2.4) Description of the procurement

Inverclyde Council operates a Health and Social Care Partnership (HSCP) together with NHS Greater Glasgow and Clyde. The Housing Scotland Act 2001 confers the duty on local authorities to provide a comprehensive housing advice and assistance service which may assist a homeless person or assist in the prevention of homelessness, free of charge for any person in the authority’s area. Therefore, Inverclyde Council is seeking a Provider to provide a Housing Information and Advice Service.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 55 000.00 GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 11/12/2021

End: 10/12/2026

This contract is subject to renewal: Yes

Description of renewals:

Next Tender opportunity will be in 2026

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.1.2) Economic and financial standing

List and brief description of selection criteria:

Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet assessment. In order to be considered applicants must achieve one of the following:

(a) Where the tenderers Dun & Bradstreet risk indicator is 3 or less, the annual contract value should also be less than 50% of the tenderers average turnover over the preceding 2 years.

OR

(b) Where the tenderers Dun & Bradstreet risk indicator is 2 or less, the annual contract value should also be less than 75% of the tenderers

average turnover over the preceding 2 years.

PLEASE NOTE THE IMPORTANT GUIDANCE TO BIDDERS BELOW:

APPLICANTS ARE STRONGLY ADVISED TO SATISFY THEMSELVES THAT THEY MEET THESE CRITERIA AS FAILURE OF THE FINANCIAL CHECK WILL MEAN THAT THEIR APPLICATION WILL NOT BE CONSIDERED FURTHER. APPLICANTS SHOULD ALSO SATISFY THEMSELVES THAT THEIR DUN AND BRADSTREET RATINGS ARE CORRECT AND IT IS THE APPLICANT’S RESPONSIBILITY TO RAISE ANY QUERIES WITH DUN AND BRADSTREET IF THEY FEEL A CORRECTION IS REQUIRED. THE COUNCIL WILL RELY ON THE RISK RATING IT OBTAINS AT THE TIME IT PERFORMS THE D&B FINANCIAL CHECK.

You must provide your average yearly turnover for the last 2 years.

Turnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted.

If you are unable to provide the turnover information required due to being exempt from submission of full audited accounts, please provide an explanation on why you are exempt in response to this question.

If you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit alternative information and documentation on your financial position should this be required at any point.

This information could be required at selection or in the event that the bidder is identified as the preferred bidder.


Minimum level(s) of standards required:

The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:

Employer's (Compulsory) Liability: Limit of 5 million GBP

Public Liability: Limit of 5 million GBP

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: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 15/10/2021

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: 15/10/2021

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

This tender will be due for retender in 2026.

VI.3) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

**

SPD 4C – QUALIFICATIONS

Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications - Practising Certificate for the qualified solicitor

**

SPD 4C – SUBCONTRACTING

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

**

SPD 4D - QUALITY MANAGEMENT PROCEDURES

If the bidder does not hold UKAs (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) then the bidder must hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information")

HEALTH AND SAFETY

If the bidder does not hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (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, then the bidder must hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information")

**

SPD 4D - ENVIRONMENTAL MANAGEMENT PROCEDURES

If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate then the bidder must hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information")

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 41074. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:666055)

VI.4) Procedures for review

VI.4.1) Review body

Greenock Sheriff Court and Justice of the Peace Court

Sheriff Court House,1 Nelson Street

Greenock

PA15 1TR

UK

VI.5) Date of dispatch of this notice

13/09/2021


Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more