Tender

Rough Sleepers Initiative (RSI) Accommodation Based Support Hub

  • Rotherham Metropolitan Borough Council

F02: Contract notice

Notice identifier: 2022/S 000-034534

Procurement identifier (OCID): ocds-h6vhtk-03559f

Published 6 December 2022, 3:52pm



Section one: Contracting authority

one.1) Name and addresses

Rotherham Metropolitan Borough Council

Riverside House, Main Street

Rotherham

S60 1AE

Contact

Angela Wilson

Email

Angela-proc.Wilson@rotherham.gov.uk

Telephone

+44 1709334551

Country

United Kingdom

Region code

UKE31 - Barnsley, Doncaster and Rotherham

National registration number

GB173552264

Internet address(es)

Main address

https://www.rotherham.gov.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104118

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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=52469&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=52469&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

Rough Sleepers Initiative (RSI) Accommodation Based Support Hub

Reference number

22-037

two.1.2) Main CPV code

  • 85144000 - Residential health facilities services

two.1.3) Type of contract

Services

two.1.4) Short description

Rough Sleepers Initiative (RSI) Accommodation Based Support Hub

two.1.5) Estimated total value

Value excluding VAT: £640,135

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 70333000 - Housing services
  • 85000000 - Health and social work services
  • 85311000 - Social work services with accommodation
  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham
  • UK - United Kingdom
Main site or place of performance

Rotherham

two.2.4) Description of the procurement

The Key components for Rough Sleeper Initiative (RSI) Accommodation Based Support Hub are as follows: -

.

• It will be staffed 24 hours a day.

• It will have capacity for up to 8 short-term emergency bed spaces

• It will provide a communal area that will serve the purpose of a hub for residents (non-residents by invite only)

• It will provide a welcoming safe environment

• It will provide strength-based approach support

• Staff will be experienced in working with entrenched Rough Sleepers, including those presenting with complex needs

• It will deliver joint support between the Provider and the RSI team.

• Rotherham Councils in-house RSI team will lead on driving a coordinated approach with specialist agencies and housing options as part of the move on efforts

• Accommodation will be provided for up to 6 weeks with extensions permitted at RSI team request

• It will form an integral part of part of the Rough Sleepers Initiative Pathway

.

The service will not be required to accommodate single females and will therefore be deemed out of scope as other more appropriate provisions will be utilised.

.

Important Dates for your diary.

.

20/12/2022 12:00 Noon: Deadline for submissions of any requests to amend the Terms & Conditions

.

22/12/2022 12 Noon: Social Value Bidders Q & A /Clarification submission deadline

.

16/12/2022 10:00- 12:00 am: Social Value Bidders Clarifications / Q&A session

.

If no questions are received in respect of the social value bidders’ event, the clarification /Q&A part of the event will not go ahead.

.

The contract will be fixed for the initial period of 1 year 9 months less 3 days at £297,980.38 and will be paid monthly in arrears as detailed in the terms and conditions.

.

The cost of the service from 1 April 2025, will be in line with any grant bid for and received from the Department for Levelling up – Housing & communities or any other grant funding secured.

.

It is anticipated that the contract will commence on 04/07/2023. The contract will have an option to extend by up to a further two years, making the latest possible expiry date 31/03/2027

.

The Council is committed to a performance and evidence-based approach to Social Value and has partnered with the Social Value Portal (SVP) to assist in the delivery of this. Based on the National TOMs (Themes, Outcomes and Measures) developed by the Social Value Portal, bidders are required to propose credible commitments against which performance (for the successful bidder) will be monitored.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Quality criterion - Name: Social Value / Weighting: 20

Price - Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £640,136

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

Start date

4 July 2023

End date

31 March 2025

This contract is subject to renewal

Yes

Description of renewals

It is anticipated that the contract will commence on 04/07/2023. The contract will have an option to extend by up to a further two years, making the latest possible expiry date 31/03/2027 dependent on any grant funding secured

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will have an option to extend by up to a further two years at the end of the initial contract period, making the latest possible expiry date 31/03/2027.

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.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-020215

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

Date

12 January 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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

12 January 2023

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

High Court

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into, the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the Contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

six.4.4) Service from which information about the review procedure may be obtained

High Court

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom