Opportunity

Community Support - Homeless Prevention Services

  • Isle of Wight Council

F02: Contract notice

Notice reference: 2021/S 000-000914

Published 15 January 2021, 5:55pm



Section one: Contracting authority

one.1) Name and addresses

Isle of Wight Council

County Hall, High Street

Newport

PO30 1UD

Contact

Mrs Hayley Holden

Email

hayley.holden@iow.gov.uk

Telephone

+44 1983821000

Country

United Kingdom

NUTS code

UKJ34 - Isle of Wight

Internet address(es)

Main address

http://www.iwight.com

Buyer's address

http://www.iwight.com

one.3) Communication

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

https://procontract.due-north.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com

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

Community Support - Homeless Prevention Services

Reference number

DN520448

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 Isle of Wight Council (“the Authority”) invites Tenders from suitably qualified suppliers (“Potential Suppliers”) for the provision of a Community Support – Homeless Prevention Service.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 75200000 - Provision of services to the community

two.2.3) Place of performance

NUTS codes
  • UKJ34 - Isle of Wight

two.2.4) Description of the procurement

The Isle of Wight Council (“the Authority”) invites Tenders from suitably qualified suppliers (“Potential Suppliers”) for the provision of a Community Support – Homeless Prevention Service.

The Community Support - Homelessness Prevention Service will impact on people’s lives by ensuring that the provision plays a role in diverting people away from the need for formal statutory services; aiming to support them to live independently and resolve their housing needs without the use of costly public services. The aim of the provision will be:

• preventing or relieving homelessness wherever possible;

• identifying strengths and goals;

• developing the knowledge and skills for life to flourish independently, in their own homes, and as part of communities;

• building their well-being and resilience to deal with shocks, stresses and uncertainty in their lives;

• reducing demand on other services;

• increasing people’s self-esteem, self-worth and confidence, and to integrate into their local community.

• assisting people out of poverty;

• making best use of resources for maximum impact;

• delivering better relationships by working in partnerships across organisations

• empowering people with tools to support them in maximising their independence and developing positive strategies for self-help and financial resilience.

The successful Supplier(s) shall deliver the service in ways that meet the needs of the individuals in places that they can access. The provision should cover island wide locations depending on the need and could be split into localities. Service delivery should be offered in people’s homes or at community venues and the Supplier(s) must be able to evidence that support is being provided effectively within these settings.

Suppliers bidding to provide Community Support – Homeless Prevention Services can bid for up to £100,000 of funding to deliver their service offer. Any bids for funding over £100,000 shall be rejected.

This procurement follows the open procedure under the Public Contract Regulations 2015.

The term of the contract shall be 1 April 2021 until 31 March 2022 with the option to extend for up to a further two years, agreeable in two 12-month tranches. Any extension to the contract term shall be at the sole discretion of the Authority.

The closing date for receipt of Tenders is 14:00Hrs on 15 February 2021.

The Authority shall award the contracts on the basis of the most economically advantageous offers received. The Authority has between £250,000 – £500,000 of funding in total per annum, of which Suppliers can bid up to a maximum of £100,000 to deliver their service offer. The Authority will need to ensure that there is a good range of services and locations offered under the Community Support – Homeless Prevention Service and therefore reserves the right to not offer a Contract to an organisation where the offer is similar in type of services and/or location where another Supplier has achieved a higher Total Tender Score.

The Authority also reserves the right to accept all or part of an offer put forward by a Supplier, and if this situation occurs, the Supplier will be asked to provide adjusted costs for delivery of part of their service offer.

A % of the funding shall be linked to an incentive payment which will be based on the number of households that the supplier has worked with who will successfully be prevented from being homeless and closed to the service in a Contract year.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2021

End date

31 March 2024

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The term of the contract shall be 1 April 2021 until 31 March 2022 with the option to extend for up to a further two years, agreeable in two 12-month tranches. Any extension to the contract term shall be at the sole discretion of the Authority.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

15 February 2021

Local time

2:00pm

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)

four.2.7) Conditions for opening of tenders

Date

15 February 2021

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The High Court

London

Country

United Kingdom