Section one: Contracting authority
one.1) Name and addresses
PORTSMOUTH CITY COUNCIL
City Council
Portsmouth
PO1 2AL
Contact
Procurement Service
procurement@portsmouthcc.gov.uk
Telephone
+44 2392688235
Country
United Kingdom
NUTS code
UKJ31 - Portsmouth
Internet address(es)
Main address
https://www.portsmouth.gov.uk/ext/business/business.aspx
Buyer's address
https://www.portsmouth.gov.uk/ext/business/business.aspx
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://intendhost.co.uk/portsmouthcc/aspx/home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://intendhost.co.uk/portsmouthcc/aspx/home
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://intendhost.co.uk/portsmouthcc/aspx/home
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
Rough Sleeping Support Service
two.1.2) Main CPV code
- 85310000 - Social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Portsmouth City Council ('the council') is inviting tenders from suitably qualified suppliers to provide support services for rough sleepers.
The Rough Sleeping Support Service will be delivered across three council owned properties with housing management being the responsibility of the council. This contract covers the support element only.
The purpose of the service is to provide safe accommodation for people at risk of rough sleeping, and work with them to facilitate a move on to suitable, sustainable and settled housing.
The council is targeting to have awarded the contract on 30 June 2021 to allow for service commencement on 1 October 2021. The contract will be let for an initial term of 30 months (2.5 years) which may then run for a further 5.5 years in increments set by the Council to a total maximum term of 8 years, subject to performance and at the sole option of the Council.
The annual value of the contract varies over the initial 30 months however the total value of the contract for this period is £2,155,741. The estimated value of the contract over the maximum term of 8 years is IRO £6.1m - £11.6m.
The contract value may increase or decrease throughout the contract term subject to any known or unknown changes to budget allocation, variation of services, or addition of further associated services in order to meet changes in demand or service delivery in accordance with Regulations 72 1) a) and e) of the Public Contracts Regulations (2015).
Application is via submission of tenders by 14th May 2021 at 12:00 via the Council's e-sourcing solution InTend accessible via: https://intendhost.co.uk/portsmouthcc/aspx/home.
two.1.5) Estimated total value
Value excluding VAT: £116,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85312100 - Daycare services
- 85312300 - Guidance and counselling services
- 85312330 - Family-planning services
- 85312400 - Welfare services not delivered through residential institutions
- 85312500 - Rehabilitation services
- 85312510 - Vocational rehabilitation services
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UKJ31 - Portsmouth
- UKJ35 - South Hampshire
Main site or place of performance
The three council owned properties from which services will be delivered are;
- The Registry - 1-2 St Michaels Road, Portsmouth PO1 7EE
- Elm Grove - 155-157 Elm Grove, Portsmouth PO5 1LJ
- Kingsway House - 130 Elm Grove, Portsmouth PO5 1LR
It is intended that the Rough Sleeping Hub will be delivered from Kingsway House.
It should be noted that this contract may be modified in respect to the properties.
two.2.4) Description of the procurement
Portsmouth City Council ('the council') is inviting tenders from suitably qualified suppliers to provide support services for rough sleepers.
The Rough Sleeping Support Service will be delivered across three council owned properties with housing management being the responsibility of the council. This contract covers the support element only. An open book approach would be a feature of monitoring and maintaining efficiencies under the new contract.
The council has a unique opportunity to commission a new service for rough sleepers and those at risk of homelessness. This has been presented by a successful bid for the Next Steps Accommodation Programme (NSAP) funding from the Ministry of Housing, Communities and Local Government (MHCLG), alongside the natural expiry of the contract for the city's existing Rough Sleeping Hub. NSAP become the Rough Sleeping Accommodation Programme (RSAP) from 1st April 2021.
The RSAP funding for the service consists of both capital funding to support the purchase of properties to secure an accommodation pathway for service users, and revenue funding to support the operation of that pathway which is the service element subject to this tender opportunity.
The council is seeking to award a contract for the provision of rough sleeping/homeless supported accommodation based within the city of Portsmouth. The purpose of the service is to provide safe accommodation for people at risk of rough sleeping, and work with them to facilitate a move on to suitable, sustainable and settled housing.
The council is seeking to commission an integrated support service for people at risk of rough sleeping. The council envisages a hub of facilities being provided which delivers wraparound support to those who need it, including a safe place to sleep for those at immediate risk of rough sleeping, an outreach service, and a daytime drop-in service to maintain contact with and support service users at risk of homelessness, or those who have been affected by homelessness recently.
The council is targeting to have awarded the contract on 30 June 2021 to allow for service commencement on 1 October 2021. The contract will be let for an initial term of 30 months (2.5 years) which may then run for a further 5.5 years in increments set by the Council to a total maximum term of 8 years, subject to performance and at the sole option of the Council.
The annual value of the contract varies over the initial 30 months however the total value of the contract for this period is £2,155,741. The estimated value of the contract over the maximum term of 8 years is IRO £6.1m - £11.6m.
The Portsmouth City Rough Sleeping Partnership Board have been tasked with seeking additional funding to secure funding for continued service provision once the RSAP funding ends. In order to manage the funding available the Council will work with the provider to implement any changes to services provided and where necessary any exit plans. This will potentially include working with the provider to manage the transition in one block from supported accommodation to temporary accommodation in 2023-24.
The service provider will be required to work flexibly with the council make changes to the way services are delivered to improve the service and respond to funding variations. Changes that could be required may include but are not limited to;
- Staffing structures and levels to reflect the demand at different locations and times of day.
- Variation in the use of the buildings in the rough sleeping pathway as needed.
- Flexibility to work in different buildings within Portsmouth and the surrounding area.
- Flexibility with regard to service provision to reflect changes in funding availability for example as a result of grant allocation
- The data reported to the council to understand and measure the service.
In addition, the council may wish to include a floating support element to the Rough Sleeping Support Service as part of this contract at a future date. This would be subject to funding being available and a further understanding of the requirements and demand for such a service.
The contract value therefore may increase or decrease throughout the contract term subject to any known or unknown changes to budget allocation, variation of services, or addition of further associated services in order to meet changes in demand or service delivery in accordance with Regulations 72 1) a) and e) of the Public Contracts Regulations (2015).
The services covered under the contract are social services and fall under the 'light touch regime'. The Council will execute this procurement process in general accordance with the Open Procedure as set out within the Public Contract Regulations (2015).
The procurement process will be undertaken in line with the following programme:
• Issue FTS Contract Notice - 1 April 2021
• Issue Invitation to Tender - 1 April 2021
• Opportunity for 1:1 clarification meetings - 19 April - 30 April 2021
• ITT Return Deadline - 14 May 2021 at midday
• Standstill period - 19 June 2021- 29 June 2021
• Contract Award - 30 June 2021
• Service Commencement - 1st October 2021
Application is via completed tender submission by the deadline stated above via the Council's e-sourcing system InTend which will be used to administrate the procurement process, the system can be accessed free of charge via the web link below:
https://in-tendhost.co.uk/portsmouthcc/aspx/home
two.2.6) Estimated value
Value excluding VAT: £116,000,000
two.2.7) Duration of the contract or the framework agreement
Duration in months
96
two.2.14) Additional information
In the event that the contract is terminated during both the initial and extended term the Council may, at its sole option, approach the 2nd placed supplier from the tender evaluation process undertaken to establish the initial contract to provide the services for the remaining allowable duration. Should the 2nd placed supplier not have capacity or is unable to perform the contract services for any other reason the Council may approach the 3rd placed supplier and so forth.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
As defined within the procurement documentation accessible via https://intendhost.co.uk/portsmouthcc/aspx/home.
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.1.11) Main features of the award procedure
The services covered under the contract are social services and fall under the 'light touch regime'. The Council will execute this procurement process in general accordance with the Open Procedure as set out within the Public Contract Regulations (2015).
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 May 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom