Award

Refugee_Resettlement_Support_Service-Framework-2026

THE HIGHLAND COUNCIL

This public procurement record has 4 releases in its history.

Tender

22 Apr 2026 at 11:59

Award

06 Jun 2025 at 14:16

Tender

01 Oct 2024 at 13:16

Planning

03 May 2024 at 09:37

Summary of the contracting process

The current procurement process pertains to the Highland Council's search for a provider capable of delivering Refugee Resettlement Support Services under a framework agreement. This initiative falls under the industry category of housing services and is set within the Highland Council Area, specifically located in the UKM6 region. The process is at the tender stage, following an open procedure, with the tender closing on 26th May 2026. Interested parties are encouraged to submit electronic bids, with the bid opening occurring on the same date. The framework agreement, valued at £613,000 GBP, will require service provision on an 'as and when' basis over a period of 1080 days, and may include multiple extensions subject to mutual agreement.

This tender presents significant opportunities for businesses specialising in social services and community support, especially those with expertise in refugee resettlement. It requires a single supplier with a proven track record in providing competent and qualified services. Companies that focus on housing and community services, and those capable of meeting high-quality standards while offering competitive pricing, will find this an attractive opportunity. With a framework agreement in place, there is potential for ongoing service provision, promoting business growth in the region through sustainable development and enhanced community impact. Businesses located within or near the Highland Council Area may particularly benefit from this tender due to familiarity with regional needs and logistical advantages.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Refugee_Resettlement_Support_Service-Framework-2026

Notice Description

The Council intends to put in place a Framework Agreement (hereinafter may be referred to as "Framework or FW") with one (1) sole Supplier of suitably competent, qualified and the experience to provide Refugee Resettlement Support Service, 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. Please refer in full to the Tender Documents.

Lot Information

Lot 1 - Housing Support (Time Limited) [HS]

The Council intends to put in place a Framework Agreement (hereinafter may be referred to as "Framework or FW") with one (1) sole Supplier of suitably competent, qualified and the experience to provide Refugee Resettlement Support Service, 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. Please refer in full to the Tender Documents.

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.

Renewal: With the option of multiple extensions to be extended by up to 12 months, subject to each submitted pricing schedule geographical location requirements i.e., each geographical location may be extended independently of each other and evaluated and awarded independently, and by mutual agreement.

Lot 2 - Youth Independent Living Housing Support (Time Limited) [YILHS]

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.

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.

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04571d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/036574-2026
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

70 - Real estate services

98 - Other community, social and personal services


CPV Codes

70333000 - Housing services

98000000 - Other community, social and personal services

Notice Value(s)

Tender Value
£613,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£4,113,000 £1M-£10M

Notice Dates

Publication Date
22 Apr 20262 days ago
Submission Deadline
26 May 20262 months to go
Future Notice Date
14 Jul 2024Expired
Award Date
3 Jun 202510 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THE HIGHLAND COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
INVERNESS
Postcode
IV3 5BX
Post Town
Inverness
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM2 Highlands and Islands
Small Region (ITL 3)
TLM20 Highlands and Islands
Delivery Location
TLM6 Highlands and Islands

Local Authority
Highland
Electoral Ward
Inverness West
Westminster Constituency
Inverness, Skye and West Ross-shire

Supplier Information

Number of Suppliers
3
Supplier Names

CROSSREACH (THE OPERATING NAME FOR THE CHURCH OF SCOTLAND SOCIAL CARE COUNCIL

NEW START HIGHLAND

SALVATION ARMY TRUSTEE COMPANY(THE

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04571d-2026-04-22T12:59:29+01:00",
    "date": "2026-04-22T12:59:29+01:00",
    "ocid": "ocds-h6vhtk-04571d",
    "description": "NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=798184. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers 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. 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: Please refer in full to the Tender Documents (SC Ref:798184) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=798184",
    "initiationType": "tender",
    "tender": {
        "id": "HC/Pl-H&C/RRSS/2026",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Refugee_Resettlement_Support_Service-Framework-2026",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "70333000",
            "description": "Housing services"
        },
        "mainProcurementCategory": "services",
        "description": "The Council intends to put in place a Framework Agreement (hereinafter may be referred to as \"Framework or FW\") with one (1) sole Supplier of suitably competent, qualified and the experience to provide Refugee Resettlement Support Service, 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. Please refer in full to the Tender Documents.",
        "value": {
            "amount": 613000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Council intends to put in place a Framework Agreement (hereinafter may be referred to as \"Framework or FW\") with one (1) sole Supplier of suitably competent, qualified and the experience to provide Refugee Resettlement Support Service, 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. Please refer in full to the Tender Documents.",
                "status": "active",
                "title": "Lot 1 - Housing Support (Time Limited) [HS]",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        },
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        },
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "With the option of multiple extensions to be extended by up to 12 months, subject to each submitted pricing schedule geographical location requirements i.e., each geographical location may be extended independently of each other and evaluated and awarded independently, and by mutual agreement."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false,
                "options": {
                    "description": "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."
                }
            },
            {
                "id": "2",
                "title": "Lot 2 - Youth Independent Living Housing Support (Time Limited) [YILHS]",
                "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 2 - Youth Independent Living Housing Support (Time Limited) [YILHS]: Geographical Area (No sub-lots) - To provide services across the Highland Council Area.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "70333000",
                        "description": "Housing services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM6"
                    },
                    {
                        "region": "UKM6"
                    },
                    {
                        "region": "UKM6"
                    },
                    {
                        "region": "UKM6"
                    }
                ],
                "deliveryLocation": {
                    "description": "The Highland Council Area"
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "98000000",
                        "description": "Other community, social and personal services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM6"
                    }
                ],
                "deliveryLocation": {
                    "description": "The Highland Council Area"
                },
                "relatedLot": "2"
            }
        ],
        "communication": {
            "futureNoticeDate": "2024-07-15T00:00:00+01:00",
            "atypicalToolUrl": "http://www.publiccontractsscotland.gov.uk"
        },
        "coveredBy": [
            "GPA"
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2,
            "maximumLotsAwardedPerSupplier": 250,
            "awardCriteriaDetails": "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."
        },
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "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": "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "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": "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "The Contractor must be registered with the Care Inspectorate."
                },
                {
                    "type": "suitability",
                    "description": "Please refer in full to the Tender Documents",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Please refer in full to the Tender Documents"
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "Please refer in full to the Tender Documents",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "tenderPeriod": {
            "endDate": "2026-05-26T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2026-11-05T23:59:59Z"
            }
        },
        "awardPeriod": {
            "startDate": "2026-05-26T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2026-05-26T12:00:00+01:00",
            "address": {
                "streetAddress": "Electronic"
            },
            "description": "C&PSS Staff: SPS or CM"
        },
        "hasRecurrence": false,
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-96617",
            "name": "The Highland Council",
            "identifier": {
                "legalName": "The Highland Council"
            },
            "address": {
                "streetAddress": "Glenurquhart Road",
                "locality": "Inverness",
                "region": "UKM6",
                "postalCode": "IV3 5BX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Special Projects Category Management Team",
                "email": "CPSSprocurement@aberdeencity.gov.uk",
                "telephone": "+44 1463702386",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.highland.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045",
                "classifications": [
                    {
                        "id": "REGIONAL_AUTHORITY",
                        "scheme": "TED_CA_TYPE",
                        "description": "Regional or local authority"
                    },
                    {
                        "id": "01",
                        "scheme": "COFOG",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1262",
            "name": "Inverness Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Inverness Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "The Inverness Justice Centre, Longman Road",
                "locality": "Inverness",
                "postalCode": "IV1 1AH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1463230782",
                "email": "inverness@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/inverness-sheriff-court-and-justice-of-the-peace-court"
            }
        },
        {
            "id": "GB-FTS-146937",
            "name": "New Start Highland",
            "identifier": {
                "legalName": "New Start Highland"
            },
            "address": {
                "streetAddress": "9 Carsegate Road North",
                "locality": "Inverness",
                "region": "UKM62",
                "postalCode": "IV3 8DU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1463715615",
                "email": "iainherd@newstarthighland.org"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.newstarthighland.org",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-133357",
            "name": "Salvation Army Trustee Company(The)",
            "identifier": {
                "legalName": "Salvation Army Trustee Company(The)"
            },
            "address": {
                "streetAddress": "Territorial HQ, 1 Champion Park",
                "locality": "London",
                "region": "UK",
                "postalCode": "SE5 8FJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 07702942133",
                "email": "business.development@salvationarmy.org.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.salvationarmy.org.uk",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-133376",
            "name": "CrossReach (the operating name for The Church of Scotland Social Care Council)",
            "identifier": {
                "legalName": "CrossReach (the operating name for The Church of Scotland Social Care Council)"
            },
            "address": {
                "streetAddress": "47 Milton Road East",
                "locality": "Edinburgh",
                "region": "UK",
                "postalCode": "EH15 2SR",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1316572000",
                "email": "tenders@crossreach.org.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.crossreach.org.uk",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-125201",
            "name": "The Highland Council",
            "identifier": {
                "legalName": "The Highland Council"
            },
            "address": {
                "streetAddress": "Glenurquhart Road",
                "locality": "Inverness",
                "region": "UKM6",
                "postalCode": "IV3 5NX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Special Projects Category Management Team",
                "email": "CPSSprocurement@aberdeencity.gov.uk",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.highland.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045",
                "classifications": [
                    {
                        "id": "REGIONAL_AUTHORITY",
                        "scheme": "TED_CA_TYPE",
                        "description": "Regional or local authority"
                    },
                    {
                        "id": "01",
                        "scheme": "COFOG",
                        "description": "General public services"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-125201",
        "name": "The Highland Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000765630"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000778638"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000778638"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000798184"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "030663-2025-1",
            "relatedLots": [
                "1"
            ],
            "title": "Lot 1 - Housing Support (Time Limited) [HS]",
            "status": "active",
            "hasSubcontracting": true,
            "subcontracting": {
                "minimumPercentage": 0.03,
                "maximumPercentage": 0.03,
                "description": "Awarded Suppliers Temporary Staff as a when required, to cover for staff shortages due to vacancies/sickness etc. Bidders were entitled to propose sub-contractors in their tender submission - note Schedule of Approved Sub-Contractors Form of the ITT. Throughout the course of the Framework Agreement/Call-Off Contracts, any additional proposed or substitute sub-contractors must be authorised by the Council prior to their participation in the delivery of the services. The Council shall require the same level of minimum requirements for each additional proposed or substitute sub-contractor as is stipulated for bidders in this Framework Agreement."
            },
            "suppliers": [
                {
                    "id": "GB-FTS-146937",
                    "name": "New Start Highland"
                },
                {
                    "id": "GB-FTS-133357",
                    "name": "Salvation Army Trustee Company(The)"
                },
                {
                    "id": "GB-FTS-133376",
                    "name": "CrossReach (the operating name for The Church of Scotland Social Care Council)"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "030663-2025-1",
            "awardID": "030663-2025-1",
            "title": "Lot 1 - Housing Support (Time Limited) [HS]",
            "status": "active",
            "value": {
                "amount": 4113000,
                "currency": "GBP"
            },
            "dateSigned": "2025-06-04T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            }
        ]
    }
}