Tender

Procurement for Semi-independent Living and Supported Accommodation Services for Looked after Children and Care Leavers Aged 16-24 2021

  • Brighter Futures for Children

F02: Contract notice

Notice identifier: 2021/S 000-007117

Procurement identifier (OCID): ocds-h6vhtk-02a33e

Published 7 April 2021, 2:40pm



Section one: Contracting authority

one.1) Name and addresses

Brighter Futures for Children

Civic Offices,Bridge Street

READING

RG12LU

Email

corporate.procurement@reading.gov.uk

Country

United Kingdom

NUTS code

UKJ11 - Berkshire

Internet address(es)

Main address

www.reading.gov.uk

Buyer's address

https://in-tendhost.co.uk/readingbc/aspx/Tenders/Current

one.3) Communication

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

https://in-tendhost.co.uk/readingbc/aspx/Tenders/Current

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/readingbc/aspx/Tenders/Current

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

Procurement for Semi-independent Living and Supported Accommodation Services for Looked after Children and Care Leavers Aged 16-24 2021

Reference number

BFfC 00000929

two.1.2) Main CPV code

  • 85311000 - Social work services with accommodation

two.1.3) Type of contract

Services

two.1.4) Short description

2021 Brighter Futures for Children (BFfC) is a not-for-profit private limited company that is wholly owned by Reading Borough Council. BFfC was established in December 2018 and has a single purpose which is to provide the best possible services to children, young people and families in Reading. BFfC has the statutory responsibility, on behalf of the council, for the delivery of children's social care, education, Youth Offending, Special Educational needs and Disabilities (SEND) and Early Help (both interventions and prevention). The BFfC Board has overall responsibility for overseeing how the organisation is run and providing advice on its future direction and strategy. There are seven

members on the board including a Chair, Managing Director, Executive Directors and Expert Non-Executive Directors.

Brighter Futures for Children currently uses a framework of approved providers to identify placements for young people aged 16 and over, requiring supported accommodation. This ITT is for a 4 year Dynamic Purchasing System (DPS) , with an option to extend for up to 24 months. The DPS is expected to commence on 19th August 2021 to provide the specified services to Reading young people. The aim of this service is to make a successful transition progressing young people towards independent living by providing high quality accommodation and support whilst facilitating their personal well-being, ensuring safety and equipping them with the skills required to sustain an independent

tenancy long term. The service aims to provide a settled period in a safe environment where the young people will receive an intensive housing management and support service which will help them gain the necessary skills to live independently and achieve positive outcomes. The service includes a range of accommodation and support options

for vulnerable young people, ranging from buildings based supported accommodation with staff on site to supported lodgings within the homes of trained hosts through to flexible outreach support to support young people wherever they live. The Service Provider will provide accommodation and/or support for the following client groups:

• Looked after children aged 16 plus including Unaccompanied Asylum-Seeking Minors

• Care leavers (16-17)

• Care leavers aged 18 plus who are awaiting access to social or private rented housing or whose needs require them to retain the accommodation and support.

The Council requires a range of different services to be provided by Providers on the DPS. When applying to join the Framework, Providers will be required to identify which of the five Service Categories

they can offer in response to the Company's requirements.

The Service Categories are:

Lot 1 - Shared house for 18 plus UASC and some other 18 plus, 2 hours keywork

Lot 2 - High support 24/7 staffed, 16-17 year olds, occasionally 18 plus, 5 hours p.w 121 keywork

Lot 3 - Self contained flats with floating support, 5 hours per week, for 18 plus

Lot 4 - Supported lodgings for 16, 17 and 18 plus up to 21 who "Stay Put"

Lot 5 - 24/7 staffed 16-17 old, UASC

Providers on the DPS will be welcome to expand the range of Service Categories (Lots) that they offer at any stage by applying on the live DPS portal that they have suitable new properties for the categories The Council reserves the right to add additional Service Categories over the DPS operating period to allow for new services to be provided.

two.1.5) Estimated total value

Value excluding VAT: £10,510,000

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

Lot 1 - Shared house for 18 plus UASC and some other 18 plus, 2 hours keywork

Lot No

1

two.2.2) Additional CPV code(s)

  • 85310000 - Social work services

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire

two.2.4) Description of the procurement

Shared homes for 18 plus UASC and occasionally other 18 plus young people:

Group living with shared communal facilities for young people with a daily staff welfare check, contactable staff and 2 hours per week keywork support per person.

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: £1,100,000

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

Duration in months

72

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: No

two.2) Description

two.2.1) Title

Lot 2 - High support 24/7 staffed, 16-17 year olds, occasionally 18 plus, 5 hours p.w 121 keywork

Lot No

2

two.2.2) Additional CPV code(s)

  • 85311000 - Social work services with accommodation

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire

two.2.4) Description of the procurement

Service offering a group living communal environment with staff on site to deliver programmes of support, dependant on individual needs, to enable young people to progress towards living in their own accommodation.

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: £6,200,000

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

Duration in months

72

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: No

two.2) Description

two.2.1) Title

Lot 3 - Self contained flats with floating support, 5 hours per week, for 18 plus

Lot No

3

two.2.2) Additional CPV code(s)

  • 85311000 - Social work services with accommodation

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire

two.2.4) Description of the procurement

Community based accommodation services with floating resettlement support, sourced within the private rental market and supported by one to one staffing of varying levels, to achieve the aim of the young person moving to independence

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: £690,000

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

Duration in months

72

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: No

two.2) Description

two.2.1) Title

Lot 4 - Supported lodgings for 16, 17 and 18 plus up to 21 who "Stay Put"

Lot No

4

two.2.2) Additional CPV code(s)

  • 85311000 - Social work services with accommodation
  • 85312000 - Social work services without accommodation

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire

two.2.4) Description of the procurement

Service offering accommodation with various levels of support from a Host Family

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: £720,000

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

Duration in months

72

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: No

two.2) Description

two.2.1) Title

Lot 5 - 24/7 sta

Lot No

5

two.2.2) Additional CPV code(s)

  • 85311000 - Social work services with accommodation
  • 85312000 - Social work services without accommodation

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire

two.2.4) Description of the procurement

Service offering a group living communal environment with satff on site to deliver programmes of support, dependant on individual needs, to enable young people to progress towards living in their own accommodation.

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: £1,800,000

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

Duration in months

72

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: 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: Yes

four.2) Administrative information

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

Date

10 May 2021

Local time

1:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

11 May 2021

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

To express an interest in this event all providers should register on the Councils e-tendering system at:

https://in-tendhost.co.uk/readingbc/aspx/Home

and complete as instructed.

The Portal is free of charge - to register please follow the supplier registration guidance which is available on the Portal.

When the tender is published on In-Tend in early April 2021 Organisations interested in expressing an interest in this procurement should download the procurement documents which are available on the Councils e-tendering system at:

https://in-tendhost.co.uk/readingbc/aspx/Home

and complete as instructed.

Contractors wishing to be considered for this tendering opportunity must complete the tender documents and return them electronically via the Councils e-tendering portal. All communications regarding this procurement exercise will be conducted through the Councils e-tendering portal including requests for clarifications or general enquiries. The procurement documents will be available for download up until the closing time and date for tender submissions, it is the organisations responsibility to ensure that they download the documents in ample time to ensure that they can be completed and returned electronically, along with supporting documents, prior to the closing time and date stipulated. Before completing the tender, potential providers/suppliers should ensure that the e-mail address that has been used to register their organisation will be checked regularly as the Councils e-tendering system will generate automatic notifications to this e-mail address when there are updates, changes or messages sent relating to the project. Potential bidders should also check that their organisations details are correct and kept up to date.

Technical questions and assistance regarding the use and operation of the Portal should be addressed to the In-Tend Help Desk - e-mail: support@in-tend.co.uk, telephone number +44 8442728810.

six.4) Procedures for review

six.4.1) Review body

Brighter Futures for Children

Reading

Country

United Kingdom