Opportunity

Framework Agreement for Rough Sleeper (including those at risk of) Lead Worker

  • Birmingham City Council

F02: Contract notice

Notice reference: 2021/S 000-032105

Published 22 December 2021, 3:35pm



Section one: Contracting authority

one.1) Name and addresses

Birmingham City Council

10 Woodcock Street

Birmingham

B4 7WB

Contact

Corporate Procurement Services

Email

etendering@birmingham.gov.uk

Telephone

+44 1214648000

Fax

+44 1213037322

Country

United Kingdom

NUTS code

UKG31 - Birmingham

Internet address(es)

Main address

www.finditinbirmingham.com

Buyer's address

www.in-tendhost.co.uk/birminghamcc

one.3) Communication

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

www.in-tendhost.co.uk/birminghamcc

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.in-tendhost.co.uk/birminghamcc

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

Framework Agreement for Rough Sleeper (including those at risk of) Lead Worker

Reference number

P0795

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Birmingham City Council wishes to establish a Framework Agreement for the provision of housing and wellbeing support to prevent crisis provision or homelessness to the vulnerable groups listed below. The client groups are:- Young People (16-25yrs)- Adults 25yrs plus (Single and Couples)- Victims of Domestic Abuse- Adults with Complex Needs- Ex-OffendersThe framework agreement will also be available to the Birmingham Children’s Trust to access for relevant linked services to meet the need as outlined above.The framework agreement will be tendered by 2 Lots as follows:• Lot 1 - Young People (16-25yrs)• Lot 2 – Adults 25yrs plus (Single and Couples)The Framework Agreement will last for 4 years (unless terminated under agreement provisions).

two.1.5) Estimated total value

Value excluding VAT: £9,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Young People (16-25 years)

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85310000 - Social work services
  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKG31 - Birmingham

two.2.4) Description of the procurement

Young People, aged 16-24yrs; singles, couples and their pets.The Service will focus on themes of crisis prevention, recovery and resilience across the range of support delivered to individuals to ensure they are interwoven and integral to the Service requirements.a) Crisis PreventionThe Service through a focus on prevention will deliver a flexible and responsive provision that will aim to reduce the incidence of the following: - • Unnecessary or re-occurring rough sleeping by providing people with the tools and skills to move to and sustain accommodation and independence • Reduce the risk to the individual from safeguarding concerns by provision of a safe environment b) Recovery• The Service will focus on sustaining a person’s ability to live in safe, suitable accommodation. It will also focus on ensuring wider needs that may impact on long term sustainment of accommodation are met such as those connected to physical and mental health, counselling, access to health services and debt advice agencies. This will be achieved through joint working and collaboration with partner agencies, along with innovation and signposting to specialist services who can provide additional support. Improved information sharing, mapping of client journeys and triage/crisis management will help develop the Service and improve sustainment outcomes.c) Resilience• The Service will ensure individuals are able to integrate into their communities by taking a ‘whole person’ approach, by supporting people to participate and access the services and social/recreational opportunities available to them. It is recognised that this support can benefit individuals in a number of ways such as reducing social isolation, increasing confidence, building resilience and trust to help them benefit from wider health benefits.• It is essential that the Service makes strong connections with existing community support services being used by individuals, e.g. mental health services, substance misuse, health services and third sector providers to avoid duplication and maximise the value of joint interventions

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: 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

two.2) Description

two.2.1) Title

Adults 25 years plus (Single and Couples)

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85310000 - Social work services
  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKG31 - Birmingham

two.2.4) Description of the procurement

Adults, aged 25yrs and over; singles, couples and their pet.The Service will focus on themes of crisis prevention, recovery and resilience across the range of support delivered to individuals to ensure they are interwoven and integral to the Service requirements.a) Crisis PreventionThe Service through a focus on prevention will deliver a flexible and responsive provision that will aim to reduce the incidence of the following: - • Unnecessary or re-occurring rough sleeping by providing people with the tools and skills to move to and sustain accommodation and independence • Reduce the risk to the individual from safeguarding concerns by provision of a safe environment b) Recovery• The Service will focus on sustaining a person’s ability to live in safe, suitable accommodation. It will also focus on ensuring wider needs that may impact on long term sustainment of accommodation are met such as those connected to physical and mental health, counselling, access to health services and debt advice agencies. This will be achieved through joint working and collaboration with partner agencies, along with innovation and signposting to specialist services who can provide additional support. Improved information sharing, mapping of client journeys and triage/crisis management will help develop the Service and improve sustainment outcomes.c) Resilience• The Service will ensure individuals are able to integrate into their communities by taking a ‘whole person’ approach, by supporting people to participate and access the services and social/recreational opportunities available to them. It is recognised that this support can benefit individuals in a number of ways such as reducing social isolation, increasing confidence, building resilience and trust to help them benefit from wider health benefits.• It is essential that the Service makes strong connections with existing community support services being used by individuals, e.g. mental health services, substance misuse, health services and third sector providers to avoid duplication and maximise the value of joint interventions

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: 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Details will be provided in the tender documentation.

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: 22

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Does not exceed 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.2.2) Time limit for receipt of tenders or requests to participate

Date

4 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

4 February 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Council will be using its free to use e-tendering system (in-tend) for the administration of this procurement process and potential suppliers must register with the system to be able to express an interest. If you wish to express an interest in this opportunity please click on the following link to access https://in-tendhost.co.uk/birminghamcc/ and submit your details to register. You will then be sent details on how to log on which will enable you to download all relevant Invitation to Tender (ITT) documentation. If you are unable to register with In-tend or have any questions or problems on how to use this web site please either email us at: cps@birmingham.gov.uk or call CPS Helpdesk on 0121 464 8000.Your completed tender submission should be returned by noon on 4th February 2022 via the ‘in-tend’ system https://in-tendhost.co.uk/birminghamcc

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

Telephone

+44 2079477882

Country

United Kingdom