Section one: Contracting authority
one.1) Name and addresses
Torbay Council
Town Hall, Castle Circus
Torquay
TQ1 3DR
Contact
Mr Adam Harmer
procurement.team@torbay.gov.uk
Telephone
+44 1803207626
Country
United Kingdom
NUTS code
UKK42 - Torbay
Internet address(es)
Main address
Buyer's address
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
Framework for the Provision of Temporary Accommodation
Reference number
DN577654
two.1.2) Main CPV code
- 85311000 - Social work services with accommodation
two.1.3) Type of contract
Services
two.1.4) Short description
Torbay Council are looking for a range of providers to provide temporary accommodation services, which will form part of a range of measures in Torbay aimed at ensuring our citizens have access to safe, quality temporary and long-term accommodation that meets their needs.
The types of Accommodation we are looking for include:
• Single bedroom shared facilities – rooms in a shared house; house of multiple occupation (HMO).
• Single bedroom self-contained – exclusive use of accommodation with its own access and no shared facilities.
• Single bedroom self-contained (adapted) - ground floor accommodation which is adapted for a wheelchair user.
• Single bedroom self-contained (High Risk) - can accommodate people with complex and multiple needs.
• 2-5 Bedroom units of accommodation with its own access and no shared facilities.
In order to achieve our goals for the delivery of Temporary Accommodation in Torbay, this opportunity will be structured as a Framework Agreement. Providers can be appointed to any of the following Lots:
• Accommodation and housing management (Lot 1)
• Accommodation only (Lot 2)
Ideally, we are looking for providers who can supply both the accommodation and housing management (Lot 1), but we are also keen to work with providers who are only able to meet the accommodation requirements (Lot 2) to ensure we have access to sufficient quality secure accommodation to meet the needs of Torbay Citizens. The Council will award Contracts with suitable providers from Lot 1 and Lot 2 to meet our requirements for sufficiency. These Contracts will guarantee the placements and income from the Council.
Providers have the option of bidding to be appointed to the Framework on any number of the specified Lots. There will be no minimum unit of accommodation requirement and providers will be invited to put forward submissions for any number of units of accommodation from any of the Lots available on the Framework. Bidders must be the owner, leaseholder or managing agent of the properties put forward. Providers will ensure that properties meet the quality standards as set out in the service specification. This will include standards relating to:
• Housing Health and Safety Rating System (HHSRS) self-assessment.
• Compliance with the provisions of the Housing Act 2004.
• Where accommodation for single households is provided in shared housing this should comply with House in Multiple Occupation (HMO) standards and be licensed as appropriate.
• All property will be clean and in good condition.
• Fire Safety standard.
• Gas & Electric Safety checks.
• Security.
Torbay Council are keen to work in partnership with all providers appointed to the Framework, with providers having access to a named contact within the Housing Options Team and a contract manager. The Council will be responsible for issuing licence agreements to those occupying temporary accommodation to ensure accommodation is provided in accordance with the Council’s legal duty.
two.1.5) Estimated total value
Value excluding VAT: £1,750,000
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
Accommodation & Housing Management
Lot No
1
two.2.2) Additional CPV code(s)
- 55100000 - Hotel services
- 55200000 - Camping sites and other non-hotel accommodation
- 98340000 - Accommodation and office services
two.2.3) Place of performance
NUTS codes
- UKK42 - Torbay
two.2.4) Description of the procurement
The purpose of the services provided as part of this Lot are to supply good quality furnished temporary accommodation and housing management services to a range of households in housing need on behalf of the Council. This will include Homeless Single people, Couples, Families, and Care Leavers.
This could also include hotel rooms that would be used in exceptional circumstance. Hotels/ B&B provision would not usually be used for young people under the age of 18. Families would only be accommodated in exceptional circumstances.
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
Duration in months
48
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 Authority has identified the following specific changes or modifications, some or all of which may occur over the life of the Contract:
(a) an increase or decrease in the number and type of accommodation units provided under the Framework or any resultant Call-Off Contract or Lease Agreement;
(b) change of standards or use as a result of legislative change such as health and safety, planning, or any other change in legislation affecting the use or management of the accommodation;
(c) the way the accommodation provision is managed;
(d) the way accommodation is allocated;
(e) additional self-contained units of accommodation suitable for individuals and families fleeing domestic violence or abuse may be required at a future date, in respect of the Authority’s duties to provide support to victims of domestic violence and their children under the Domestic Abuse Act 2021.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Tiers
The Framework will comprise a combination of Applicants from Lot 1 and Lot 2 split into two tiers as follows:
a) Tier 1: This tier will include those Applicants who have scored highly enough to be awarded a Call-Off Contract. Places will be awarded in relation to specific Units of accommodation, this may result in some Applicants having more than one place on Tier 1.
b) Tier 2: The purpose of this tier is to enable the Council to have access to a range of providers, providing accommodation only, through which we can spot purchase additional units of accommodation to meet temporary increases in demand.
The Council recognises that, where a Tier 1 Contract has not been put in place the accommodation units proposed by Applicants may not remain available to meet spot purchasing / further competition requirements. In view of this Tier 2 will set up on a Provider basis, rather than in respect of specific units of accommodation, enabling Providers to propose alternative accommodation units. Applicants who are not awarded a Tier 1 place for any of their proposed Units and who meet the mandatory and minimum requirements and all Tier 1 Providers will automatically be awarded a single place on Tier 2.
two.2) Description
two.2.1) Title
Accommodation Only
Lot No
2
two.2.2) Additional CPV code(s)
- 55100000 - Hotel services
- 55200000 - Camping sites and other non-hotel accommodation
- 98340000 - Accommodation and office services
two.2.3) Place of performance
NUTS codes
- UKK42 - Torbay
two.2.4) Description of the procurement
The purposes of services provided as part of this lot are to enable the Local Authority to lease accommodation (preferably furnished but unfurnished considered) in which they will place Homeless Single people, Couples, Families, Care Leavers. The Council will be responsible for the Housing Management of these properties.
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
Duration in months
48
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 Authority has identified the following specific changes or modifications, some or all of which may occur over the life of the Contract:
(a) an increase or decrease in the number and type of accommodation units provided under the Framework or any resultant Call-Off Contract or Lease Agreement;
(b) change of standards or use as a result of legislative change such as health and safety, planning, or any other change in legislation affecting the use or management of the accommodation;
(c) the way the accommodation provision is managed;
(d) the way accommodation is allocated;
(e) additional self-contained units of accommodation suitable for individuals and families fleeing domestic violence or abuse may be required at a future date, in respect of the Authority’s duties to provide support to victims of domestic violence and their children under the Domestic Abuse Act 2021.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Tiers
The Framework will comprise a combination of Applicants from Lot 1 and Lot 2 split into two tiers as follows:
a) Tier 1: This tier will include those Applicants who have scored highly enough to be awarded a Call-Off Contract. Places will be awarded in relation to specific Units of accommodation, this may result in some Applicants having more than one place on Tier 1.
b) Tier 2: The purpose of this tier is to enable the Council to have access to a range of providers, providing accommodation only, through which we can spot purchase additional units of accommodation to meet temporary increases in demand.
The Council recognises that, where a Tier 1 Contract has not been put in place the accommodation units proposed by Applicants may not remain available to meet spot purchasing / further competition requirements. In view of this Tier 2 will set up on a Provider basis, rather than in respect of specific units of accommodation, enabling Providers to propose alternative accommodation units. Applicants who are not awarded a Tier 1 place for any of their proposed Units and who meet the mandatory and minimum requirements and all Tier 1 Providers will automatically be awarded a single place on Tier 2.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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: 2021/S 000-026908
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 February 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
25 February 2022
Local time
12:00pm
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
Legal Services, Torbay Council
Town Hall, Castle Circus
Torquay
TQ1 3DR
Country
United Kingdom