Opportunity

Semi-Independent and Supported Housing Pseudo-Dynamic Purchasing System 16+

  • ONESOURCE PARTNERSHIP LTD

F02: Contract notice

Notice reference: 2021/S 000-000800

Published 14 January 2021, 4:43pm



Section one: Contracting authority

one.1) Name and addresses

ONESOURCE PARTNERSHIP LTD

Town Hall,Main Road

ROMFORD

RM13BB

Email

eprocurement@onesource.co.uk

Country

United Kingdom

NUTS code

UKI52 - Barking & Dagenham and Havering

Internet address(es)

Main address

https://elfy.fa.em3.oraclecloud.com/fscmUI/faces/PrcPosRegisterSupplier?prcBuId=300000002366037

one.3) Communication

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

https://elfy.fa.em3.oraclecloud.com/fscmUI/faces/PrcPosRegisterSupplier?prcBuId=300000002366037

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://elfy.fa.em3.oraclecloud.com/fscmUI/faces/PrcPosRegisterSupplier?prcBuId=300000002366037

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Semi-Independent and Supported Housing Pseudo-Dynamic Purchasing System 16+

Reference number

Fusion Reference ITTH3

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

The London Borough of Havering (LBH) has a statutory duty to act as a corporate parent for young people leaving care. This duty requires the local authority to provide accommodation and support tailored to the needs of each vulnerable young person. LBH's Pseudo Dynamic Purchasing System aims to provide outcome focussed care and support for young people in semi-independent accommodation. The aim of the service is to provide accommodation and support for young people aged 16-18+(up to a maximum age of 25) in six distinct groups:

GROUP 1:16-18+ Semi-Independent Accommodation - Minimal Support

GROUP 2:16-18+ Semi-Independent Accommodation - Therapeutic/additional support

GROUP 3:18+ Shared House - Welfare Check

GROUP 4: 18+ Standalone Accommodation - Floating Support

GROUP 5: 18+ Standalone Accommodation - Therapeutic/additional support

GROUP 6: 18+ HMO - Welfare Check

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

GROUP 1: 16-18+ Semi- Independent Accommodation - Minimal Support

Lot No

1

two.2.2) Additional CPV code(s)

  • 70333000 - Housing services
  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKI52 - Barking & Dagenham and Havering

two.2.4) Description of the procurement

This service will be commissioned for care leavers over the age of 16 and over, type of accommodation, level of support required and location will be individual of the young person's needs. The aim of this service is to promote independence, life skills towards obtaining and managing tenancies. It is expected that this type of accommodation will provide individual rooms but may share other facilities such as kitchen and bathroom.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100% / Weighting: Quality / Weighting: 100%

Cost criterion - Name: 0 / Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £1,000,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

Due to the Council's statutory duty, the services will be re-commissioned following the end of the new contract.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Quality weighting advised on this notice is for admission for the PDPS. Quality price weighting for contracts will be advised at mini-competitions stage through the tender documents at time of publication.

two.2) Description

two.2.1) Title

GROUP 2: 16-18+ Semi- Independent Accommodation - Therapeutic/additional support

Lot No

2

two.2.2) Additional CPV code(s)

  • 85311000 - Social work services with accommodation

two.2.3) Place of performance

NUTS codes
  • UKI52 - Barking & Dagenham and Havering

two.2.4) Description of the procurement

This service will be commissioned for care leavers over the age of 16, type of accommodation, level of support required and location will be individual of the young person's needs. The aim of this service is to promote independence, life skills towards obtaining and managing tenancies. It is expected that this type of accommodation will provide individual rooms but may share other facilities such as kitchen and bathroom.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100% / Weighting: Quality / Weighting: 100%

Cost criterion - Name: 0 / Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £2,500,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

Due to the Council's statutory duty, the services will be re-commissioned following the end of the new contract.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Quality weighting advised on this notice is for admission for the PDPS. Quality price weighting for contracts will be advised at mini-competitions stage through the tender documents at time of publication.

two.2) Description

two.2.1) Title

GROUP 3: 18+ Shared House - Welfare Check

Lot No

3

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKI52 - Barking & Dagenham and Havering

two.2.4) Description of the procurement

This service will be commissioned for care leavers and unaccompanied asylum seekers who require welfare checks, it is envisaged those who will be using this service will require minimal support. It is expected that this type of accommodation will provide individual rooms but may share other facilities such as kitchen and bathroom.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100% / Weighting: Quality / Weighting: 100%

Cost criterion - Name: 0 / Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £1,000,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

Due to the Council's statutory duty, the services will be re-commissioned following the end of the new contract.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Quality weighting advised on this notice is for admission for the PDPS. Quality price weighting for contracts will be advised at mini-competitions stage through the tender documents at time of publication.

two.2) Description

two.2.1) Title

GROUP 4: 18+ Standalone Accommodation - Floating Support

Lot No

4

two.2.2) Additional CPV code(s)

  • 85311300 - Welfare services for children and young people

two.2.3) Place of performance

NUTS codes
  • UKI52 - Barking & Dagenham and Havering

two.2.4) Description of the procurement

This service will be commissioned for carer leavers over the age of 18 who are on the pathway to achieving independence and require floating support. Support requirements will be person centred.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100% / Weighting: Quality / Weighting: 100%

Cost criterion - Name: 0 / Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £1,000,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

Due to the Council's statutory duty, the services will be re-commissioned following the end of the new contract.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Quality weighting advised on this notice is for admission for the PDPS. Quality price weighting for contracts will be advised at mini-competitions stage through the tender documents at time of publication.

two.2) Description

two.2.1) Title

GROUP 5: 18+ Standalone Accommodation - Therapeutic/additional support

Lot No

5

two.2.2) Additional CPV code(s)

  • 85311300 - Welfare services for children and young people

two.2.3) Place of performance

NUTS codes
  • UKI52 - Barking & Dagenham and Havering

two.2.4) Description of the procurement

This service will be commissioned for carer leavers who are over the age of 18 who are on the pathway to achieving independence and require additional and/or therapeutic support. Support requirements will be person centred.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100% / Weighting: Quality / Weighting: 100%

Cost criterion - Name: 0 / Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £2,500,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

Due to the Council's statutory duty, the services will be re-commissioned following the end of the new contract.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Quality weighting advised on this notice is for admission for the PDPS. Quality price weighting for contracts will be advised at mini-competitions stage through the tender documents at time of publication.

two.2) Description

two.2.1) Title

GROUP 6: 18+ HMO - Welfare Check

Lot No

6

two.2.2) Additional CPV code(s)

  • 85310000 - Social work services

two.2.3) Place of performance

NUTS codes
  • UKI52 - Barking & Dagenham and Havering

two.2.4) Description of the procurement

A house in multiple occupation (HMO) is a property rented out by at least 3 people who are not from 1 'household' (for example a family) but share facilities like the bathroom and kitchen.

You must have a licence if you're renting out a large HMO in England or Wales. Your property is defined as a large HMO if all of the following apply:

• it is rented to 5 or more people who form more than 1 household

• some or all tenants share toilet, bathroom or kitchen facilities

• at least 1 tenant pays rent (or their employer pays it for them)

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100% / Weighting: Quality / Weighting: 100%

Cost criterion - Name: 0 / Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £1,000,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

Due to the Council's statutory duty, the services will be re-commissioned following the end of the new contract.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Quality weighting advised on this notice is for admission for the PDPS. Quality price weighting for contracts will be advised at mini-competitions stage through the tender documents at time of publication.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 252-638106

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

Date

11 February 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

1 June 2021

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This procurement is being conducted in accordance with the Public Contracts Regulations 2015. The procurement is subject to the light-touch regime under Section 7 Social and Other Specific Services. Under Regulation 76 the Council is free to establish a procedure, provided that procedure is sufficient to ensure compliance with the principles of transparency and equal treatment of economic operators (service providers). The service being procured under this Pseudo Dynamic Purchasing System (PDPS) is to provide outcome focussed care and support for young people in semi-independent accommodation and Supported Housing services, and to support and assist vulnerable young people to make a successful transition to a healthy and productive adult life. This service is being procured in line with the Children (Leaving Care) Act 2000 and Volume 2 & 3 of the Children Act (Care Planning/Transition to Adulthood). The PDPS will be made up of the below groups:

1. 16-18+ Semi- Independent Accommodation - Minimal Support

2. 16-18+ Semi- Independent Accommodation - Therapeutic/additional support

3. 18+ Shared House - Welfare Check

4. 18+ Standalone Accommodation - Floating Support

5. 18+ Standalone Accommodation - Therapeutic/additional support

6. 18+ HMO - Welfare Check

Any interested organisation/consortium with relevant experience may submit a Bid in response to this ITT. This Light Touch PDPS will be conducted in Rounds. The initial "Round" for this Light Touch PDPS will close on 11th February 2021 at 12:00 midday.

Rounds will open and close throughout the lifetime of the PDPS at the Authorities discretion. Each "Round" will be open to new or previously unsuccessful Providers to submit their bid. A new Round will be opened within 24hrs of a Round closing. *Please note the length of Rounds will vary throughout the lifetime of the PDPS. Timetables of that Round will be included in the PDPS tender documents* when that Round is published. Any changes to the Procurement Timetable or Procurement Process shall be communicated to the Tenderers as soon as practicable via Fusion, OJEU and Contracts Finder.

The Authority will add Potential Providers to the PDPS throughout its duration, providing Potential Providers meet requirement as outlined in the ITT and submit an Application, which is found to be compliant. Following the successful evaluation of Quality the Provider will be informed that they are part of the Pseudo-DPS and will be able to bid to deliver any package of services advertised via mini competition.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom