Opportunity

Provision of Supported Accommodation for Rough Sleepers and Single Homeless People at Risk of Rough Sleeping (Clare House)

  • Kirklees Council

F02: Contract notice

Notice reference: 2021/S 000-000783

Published 14 January 2021, 3:16pm



Section one: Contracting authority

one.1) Name and addresses

Kirklees Council

The Town Hall, Ramsden street

HUDDERSFIELD

HD1 2TA

Contact

Kirsti Sutton

Email

kirsti.sutton@kirklees.gov.uk

Telephone

+44 1484221000

Country

United Kingdom

NUTS code

UKE44 - Calderdale and Kirklees

Internet address(es)

Main address

http://www.kirklees.gov.uk

Buyer's address

https://www.yortender.co.uk

one.3) Communication

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

https://www.yortender.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Supported Accommodation for Rough Sleepers and Single Homeless People at Risk of Rough Sleeping (Clare House)

Reference number

KMCAS-140

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Kirklees Council would like to procure a service to provide short term supported accommodation to include safety, security and life skills to males and females aged 21 years and over (the 'Service User') who are single,

2 / 7

homeless, rough sleeping or at risk of rough sleeping and encourage them to develop the skills they require to successfully live independently in the future.

two.1.5) Estimated total value

Value excluding VAT: £1,750,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees
Main site or place of performance

The Council Borough of Kirklees

two.2.4) Description of the procurement

Kirklees Council would like to procure a service to provide short term supported accommodation to include safety, security and life skills to males and females aged 21 years and over (the 'Service User') who are single, homeless, rough sleeping or at risk of rough sleeping and encourage them to develop the skills they require to successfully live independently in the future.

The successful tenderer (the 'Service Provider') will be expected to enter into a management agreement with the landlord of the residence to carry out housing management functions, such as completing tenancy agreements, collection of rent and making day to day repairs. This agreement will also include the service provider's license to operate within the residence. The service provider will receive a predetermined fee from the landlord for carrying out this function.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £1,750,000

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

Duration in days

60

This contract is subject to renewal

Yes

Description of renewals

It is anticipated that the contract will initially run for a period of 3 years with the successful service provider, with the provision to extend the contract by up to a maximum of 2 further 12-month periods. The anticipated commencement date of the contract is 1.11.2021.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

This exercise is a restricted procedure in accordance with the requirements under Regulation 28 of the Public Contracts Regulations 2015 (SI 2015/102) for the purpose of procuring the service described in the 'Service Specification'. This specification is part of the procurement documentation that was published in relation to this notice, and can be found at www.yortender.co.uk


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

See Section 4 of the SQ. Economic operators must submit either a copy of the audited accounts for the most recent 2 years if requested. If it cannot, then it must provide either:

(a) a statement of the turnover, profit and loss account/ income statement, balance sheet/ statement of financial position and statement of cash flow for the most recent year of trading for this organisation;

(b) a statement of the cash flow forecast for the current year and a bank letter outlining the current cash and credit position; or

4 / 7

(c) alternative means of demonstrating financial status if any of the above are not available (e.g. forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank, charity accruals accounts or an alternative means of demonstrating financial status).

Economic operators must also confirm whether or not they are part of a wider group (e.g. a subsidiary of a holding/parent company), and if so must provide confirmation of:

(a) the name of the organisation;

(b) the relationship to the economic operator completing the SQ; the organisation's company accounts (if available); and confirmation on whether or not this organisation would be willing to provide a guarantee if necessary, and if not would the economic operator be able to obtain a guarantee elsewhere (e.g. from a bank)

Insurance

See Section 8.1 of the SQ. Economic operators are asked to self-certify whether they already have, or can commit to obtain, prior to the commencement date of the Contract, the levels of insurance cover indicated below:

(a) employer's (compulsory) liability insurance 10 000 000 GBP (in relation to any one claim or series of claims);

(b) public liability insurance 10 000 000 GBP (in relation to any one claim or series of claims).

Minimum level(s) of standards possibly required

The rationale applied will be economic operators being able to demonstrate an annual turnover of at least twice the estimated annual contract value. Therefore, economic operators must demonstrate a minimum annual turnover of at least 500 000 GBP (five hundred thousand GBP).

Failure by an economic operator to supply either a copy of the audited accounts for the most recent 2 years or any one of the document listed in (a) - (c) in Section 4.1 of the SQ may also result in exclusion. Further, any answers which leads the contracting authority, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the economic operator's ability to properly perform the contract) that it would be inappropriate to select the economic operator on this occasion may result in exclusion. In addition, if an economic operator indicates in Section 5 of the SQ that its parent or holding company is prepared to guarantee the performance of the economic operator's company, the information provided in response to Sections 5.1to5.3 will be used in the financial assessment of the economic operator.

Insurance -

See 8.1 of the SQ.

Failure to indicate 'Yes' to any of the required insurances stated in Section 8.1 will result in exclusion.

three.1.3) Technical and professional ability

List and brief description of selection criteria

See Section 6 of the SQ.

Minimum level(s) of standards possibly required

(a) at least one example of a previous contract that meets the minimum requirements set out in Section 6, and demonstrates to the reasonable satisfaction of the contracting authority that the economic operator possesses the relevant general technical expertise and professional experience to be entrusted with the contracting authority's contract;

or

(b) a satisfactory reason as to why the economic operator is unable to provide any examples of previous contracts that are relevant to the contracting authority's requirements under the contract, and that meets the minimum requirements set out in Section 6.3 of the SQ.

However, economic operators are asked to note that:

(c) If economic operators need to use more than one example to demonstrate that they possess the relevant general technical expertise and professional experience, they may do so up to a maximum of 3 examples;

5 / 7

(d) the contracting authority reserves the right to confirm the accuracy of any information provided to Section 6 of the SQ with any named customer contact(s). Any replies from any named customer contact(s)which lead the contracting authority, acting reasonably, to doubt any significant representations made in the economic operator's responses to Section 6 may result in exclusion.

Fail - the economic operator:

(a) has failed to provide any examples of any previous contracts in response to Section 6 of the SQ;

and

(b) has failed to provide a satisfactory reason as to why they were unable to provide any examples;

or

(c) the examples given in response to Section 6 of the SQ do not demonstrate to the reasonable satisfaction of the contracting authority that the economic operator possesses the relevant general technical expertise and professional experience to be entrusted with the contracting authority's contract.

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

22 February 2021

Local time

1:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Provided that the tender is submitted fully in accordance with the requirements set out within the 'Service Specification' and the remaining sections of the tender documents, the contract will be awarded on the basis of the most economically advantageous tender based on 30 % price and 70 % quality.

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises ('SMEs'). However, any selection of economic operators will be based solely on the criteria set out for the procurement, and the contract will be awarded to the most economically advantageous tenderer.

Further specifics on the above award criteria can be found in the tender documentation published with this notice.

Please note that tenders will only be invited once suitability of economic operators has been assessed in accordance with the SQ, which will be marked on a pass or fail basis. Economic operators who fail to pass the minimum selection criteria within the SQ and/or the housing management specification questionnaire will be excluded from the process and will not be invited to submit a tender submission.

The tender documents are available to download at www.yortender.co.uk.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

N/A

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework),Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contracts Regulations 2015 (SI 2015/102), the contracting authority incorporated a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract was communicated to economic operators. This period allowed any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the Contract to the successful economic operators. Such additional information should be requested from the address at Sections I.1 and I.3 of this Notice above. If an appeal regarding the award of the Contract has not been successfully resolved, then the Public Contracts Regulations2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within thirty(30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had arisen. The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date. Where the Contract has not been awarded, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If however the Contract has been awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the Contract to be ineffective.