CE-128-25 - Provision of a Housing Support Service, Hamilton Court & Orchard House, Ayr

A Tender Notice
by SOUTH AYRSHIRE COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
5 year
Value
___
Sector
FACILITY
Published
17 Jul 2025
Delivery
To 26 Jul 2030 (est.)
Deadline
21 Aug 2025 11:00

Concepts

Location

Geochart for 1 buyers and 0 suppliers

Description

South Ayrshire Council is seeking an independent Housing Support Service, for Service Users who live within sheltered housing at Hamilton Court, 57 Castlehill Road, Ayr, KA7 2JB and Orchard House, 35 Mount Oliphant Crescent, Ayr, KA7 3EN. Both locations have mixed sex occupancy, with Service Users being mainly older people. Landlord responsibilities will remain with West of Scotland Housing Association (WSHA). Cleaning of communal and public areas will be undertaken by the Landlord, WSHA

Renewal Options

Yes May 2030

Award Criteria

Quality 40
price 60

CPV Codes

  • 70333000 - Housing services
  • 98300000 - Miscellaneous services

Indicators

  • This is a recurring contract.
  • Renewals are available.
  • Professional qualifications are sought.
  • Staff qualifications are relevant.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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 or regulation 8 of The Procurement (Scotland) Regulations 2016 . Quality Control Requirements Tenderers may be required to provide the following for Quality Control requirements: EITHER: Option A) If a Tenderer’s organisation holds an UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) a copy of the certificate may be requested. OR Option B) If a Tenderers organisation has a documented policy regarding quality management, a copy of the policy may be requested. Guidance The policy should set out your organisation's responsibilities for quality management. Demonstrating that your organisation has and continues to implement a quality management policy that is authorised by the Chief Executive or equivalent and is periodically reviewed at a senior management level. The policy should be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. Quality Assurance/Health and Safety Requirements Tenderers may be required to provide the following for Quality Assurance/Health and Safety Requirements: EITHER: Option A) If a Tenderer’s organisation holds an UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001(or equivalent), or if a Tenderers organisation has, within the last twelve months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, then a copy of the certificate may be requested. OR, Option B) If a Tenderers organisation has a policy for health and safety (H&S) management, then a copy of the policy may be requested. Guidance Organisations with less than five employees are not required by law to have a documented policy statement. The need to reduce documentary requirements on micro businesses in particular will be taken into account by the evaluation panel. Your policy should provide evidence that your organisation has a H&S policy that is endorsed by the chief executive officer and that it is regularly reviewed. The policy should be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within your organisation. Your policy should be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. Environmental Management Standards Requirements Tenderers may be required to provide the following for Environmental Management Requirements: EITHER: Option A) If a Tenderer’s organisation holds an 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 a copy of the certificate may be requested. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29604. 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-pr... A summary of the expected community benefits has been provided as follows: As stated within Procurement Documents (SC Ref:804740)

Reference

Domains