Section one: Contracting authority
one.1) Name and addresses
London Borough of Barking and Dagenham
Town Hall Square, 1 Clockhouse Avenue
Barking
IG11 7LU
Telephone
+44 2082153000
Country
United Kingdom
Region code
UKI52 - Barking & Dagenham and Havering
Internet address(es)
Main address
Buyer's address
https://lbbd.bravosolution.co.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://lbbd.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://lbbd.bravosolution.co.uk/
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://lbbd.bravosolution.co.uk/
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
Provision of Temporary Accommodation for people with No Recourse to Public Funds (NRPF)
two.1.2) Main CPV code
- 70210000 - Residential property renting or leasing services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of temporary accommodation and emergency and other accommodation as required to prevent homelessness on behalf of the Council, specifically in relation to residents with no recourse to public funds (NRPF)
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI52 - Barking & Dagenham and Havering
two.2.4) Description of the procurement
Families with children under 18 who have no legal rights to remain in the United Kingdom or limited rights to make claims on public funds may present to Children’s Services in Local Authorities seeking assessments where they are destitute or have insufficient funds to meet their children’s needs. The families may be failed asylum seekers, European Economic Area nationals (EEA) or visa over-stayers with No Recourse to Public Funds (NRPF) which is a condition imposed by the UK Visas and Immigration service on a person who is subject to immigration control, giving them no entitlements to benefits or public housing.
Where people are deemed to have NRPF under the Immigration and Asylum Act 1999 and find themselves destitute. Families can apply to their local authority for support and they may turn to the Children’s Services under the following Acts:
Section 17 Children Act 1989 which requires the local authority to identify and meet the needs of children in need in their local area. A destitute child will be in need and the local authority can be required to provide accommodation and subsistence to the child and their parents under this section.
The Contractor will be required to provide temporary accommodation and emergency and other accommodation as required to prevent homelessness on behalf of the Council.
The Contractor must ensure that all properties proposed to be used as temporary accommodation by the Council have full evidence that the property can be used for this purpose. Lack of evidence will be considered a material breach. Property standards at commencement and throughout occupation must ensure that the property is of reasonable occupiable standard (toilet and bathing facilities, electricity, heating, cooking, facilities, good state of repair, secure and have basic furnishing e.g. bed, chairs, table, etc) and suitable quality and must comply with local, National and European Union regulations governing property standards and Health and Safety regulations.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £80,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
This contract is for an initial period of 36 months with the option to extend by 12 months to a maximum contract term of 48 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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 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
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
Envisaged maximum number of participants to the framework agreement: 50
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
3 March 2023
Local time
12:00pm
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: 9 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
3 March 2023
Local time
12:00pm
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.4) Procedures for review
six.4.1) Review body
Royal courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom