Section one: Contracting authority
one.1) Name and addresses
Sheffield City Council
Town Hall, Pinstone Street,
Sheffield
S1 2HH
Contact
Adam Elwis
Telephone
+44 01142053372
Country
United Kingdom
NUTS code
UKE32 - Sheffield
National registration number
(GB) 173 5488 38
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104130
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=45395&B=UK
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=45395&B=UK
Tenders or requests to participate must be submitted to the above-mentioned address
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
Safe Supported Accommodation for victims of Domestic Abuse
Reference number
51659
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 proposed service will provide support for:
• people and their children who have experienced domestic abuse, or who are at risk of being abused; and
• who are also in need of short-term, safe, supported accommodation.
two.1.5) Estimated total value
Value excluding VAT: £3,375,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKE32 - Sheffield
Main site or place of performance
Sheffield
two.2.4) Description of the procurement
The proposed service will provide support for: • people and their children who have experienced domestic abuse, or who are at risk of being abused; and • who are also in need of short-term, safe, supported accommodation. 21 units of accommodation, will be available for the provision of the service. This is a refuge for women and children and consists of 20 self-contained flats and one self-contained bedsit, usually used for emergencies. The successful provider will need to sign a Service Level Agreement with the Housing Association landlord of the property. Additionally, the successful provider will be expected to provide: • a minimum of 41 additional units which can be a mixture of another refuge provision, safe, dispersed properties, or smaller blocks of accommodation; these will be funded through rental income and housing benefit; and • a further 8 units of safe accommodation, as a minimum, by the end of the first 2 years of the contract period .i.e. a minimum of 70 units in total. The accommodation offer should comply with the following constraints: • units must be in different locations across the city to offer choice and safety. • be a mix of furnished, self-contained bedsits, plus1, 2 and 3 bedroom units, i.e. not shared accommodation. • Some properties / units should be included that are adapted, or can be adapted to address accessibility issues for people with physical and/or sensory impairments, including some units which have wheelchair access; • Include, or be able to include target hardening measures; and • provide a concierge service in all accommodation that is of a refuge type i.e. not dispersed. A flexible and responsive out of hours on call service would need to be made available for all units that are dispersed, to provide advice and support, including to those onsite, where required. All concierge posts in women only provision will be female.
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: £3,375,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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.2.13) 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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 May 2022
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 May 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
Sheffield City Council
Sheffield Town Hall, Pinstone Street,
Sheffield
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Sheffield City Council
Sheffield Town Hall, Pinstone Street,
Sheffield
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Sheffield City Council
Sheffield Town Hall, Pinstone Street,
Sheffield
Country
United Kingdom