Gwasanaethau cymdeithasol a gwasanaethau penodol eraill - public contracts
Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
UK
Person cyswllt: Kat McClory
E-bost: kat.mcclory@edinburgh.gov.uk
NUTS: UKM75
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.edinburgh.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
CT0627 - Temporary Accommodation & Associated Services Flexible Purchasing System (re-opening 2025)
Cyfeirnod: CT0627
II.1.2) Prif god CPV
85300000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The City of Edinburgh Council is re-opening its flexible purchasing system for temporary accommodation to invite new suppliers to provide services in 2025.
This is a long-term opportunity with the aim to further increase Edinburgh’s capacity for temporary accommodation. The Council require accommodation and associated services which are tailored to resident’s needs, can adapt by flexing capacity whilst having a focus on value for money and allows continued change and improvement.
This re-opening of the purchasing system will apply to the following within Category 1 - Temporary Accommodation with Access to Visiting Support.
Category 1a - Private Rented Accommodation,
Category 1b - Home Share,
Category 1c - Shared House.
Any providers with potential capacity should email ruth.lavery@edinburgh.gov.uk or kat.mcclory@edinburgh.gov.uk to express interest ahead of completing your tender submission.
Please note, providers will not be required to have a property currently available to engage with the opportunity.
The Council will be using the PCS-Tender online portal to run and manage the opportunity, and as such strongly encourage interested potential providers to attend training on the operation of the purchasing system and PCS-T. The estimated framework value indicated in this notice is the original value which has been utilised from the start of the FPS via call-off.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 430 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
85310000
85311000
II.2.3) Man cyflawni
Cod NUTS:
UKM75
II.2.4) Disgrifiad o’r caffaeliad
Providers will be required to provide accommodation and property management only. Which should allow access to visiting support services if required by residents.
This category is designed to provide accommodation, through various types of accommodation to households who are assessed as homeless.
Sub-Categories will be used to further detail the requirements for the specific types of accommodation. Temporary Accommodation which the Council has an immediate need for (please see individual specifications for more information);
- Private Rented Accommodation
- Home Share
- Shared House (preferred Shared House Accommodation would be self-contained flats within a block).
There may be further sub-categories added at a later date, this will be clearly communicated and operated in line with the Council's requirements and preferred forms of accommodation.
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 78
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
Please see Bidder Guidance Document for more information on the operation of the Purchasing System and how to apply.
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.4) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan
Category 1
Providers must hold or commit to obtaining the following in order to receive Call-Off Contracts.
- Employers Liability Insurance (5 million GBP)
- Public Liability Insurance (10 million GBP)
- Building Insurance & Licenses (in accordance with property requirements)
- HMO License (if required)
- Standard Disclosure for all relevant staff.
- In addition, providers must satisfy the Council's financial probity assessment.
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
Please see contract specific KPI information contained within the relevant specifications.
III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract
Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn sy’n cynnwys negodiadau
IV.1.3) Gwybodaeth am gytundeb fframwaith
Mae’r caffaeliad yn golygu y caiff cytundeb fframwaith ei sefydlu
Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd: Contract is being operated as a Flexible Purchasing System under the Light Touch Regime. The Flexible Purchasing System was awarded in October 2022 for a term of 10 years. All estimated framework values relate to this term.
IV.1.10) Nodi’r rheolau cenedlaethol sy’n berthnasol i’r weithdrefn:
Mae gwybodaeth am weithdrefnau cenedlaethol ar gael yn: (URL)
https://www.legislation.gov.uk/ssi/2015/446/contents/made
IV.1.11) Prif nodweddion y weithdrefn ddyfarnu:
Category 1 - 20% quality, 80% cost
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2021/S 000-002153
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
31/03/2026
Amser lleol: 11:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
Section VI: Gwybodaeth ategol
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
The Council is seeking to increase its accommodation provision. Any new provider who is interested in applying for the Flexible Purchasing System should log in to PCS-t and download the document detailing your potential capacity and property details and send it to either ruth.lavery@edinburgh.gov.uk or kat.mcclory@edinburgh.gov.uk
Please see additional information in the attached documentation and utilise the Q&A function if you have any questions.
Evaluations will be undertaken on an regular basis, depending on the quantity of submissions received.
Please note; the information contained within this notice and attached documents is subject to further development and change.
Please note; the establishment of a Flexible Purchasing System will act as platform for the future procurement of temporary accommodation and as such is not a guarantee of any work or financial commitment.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 18459. 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:
The Community Benefits sought through this contract will be proportionate to individual provider's annual contract value. Community Benefits should be to the benefit of the Community as whole however the Council will actively aim to secure Community Benefits which aide in the implementation of the Council's Rapid Rehousing Transition Plan, where possible.
(SC Ref:797560)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.
VI.5) Dyddiad anfon yr hysbysiad hwn
07/05/2025