Tender

Ex Offender Housing Service (AfEO)

  • Liverpool City Region Combined Authority

F02: Contract notice

Notice identifier: 2022/S 000-035362

Procurement identifier (OCID): ocds-h6vhtk-038d60

Published 14 December 2022, 11:59am



Section one: Contracting authority

one.1) Name and addresses

Liverpool City Region Combined Authority

1 Mann Island

Liverpool

L3 1BP

Contact

LCRCA Procurement Team

Email

tender@liverpoolcityregion-ca.gov.uk

Telephone

+44 1513301111

Country

United Kingdom

Region code

UKD7 - Merseyside

Internet address(es)

Main address

http://www.liverpoolcityregion-ca.gov.uk/

Buyer's address

http://www.liverpoolcityregion-ca.gov.uk/

one.3) Communication

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

www.the-chest.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.the-chest.org.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Ex Offender Housing Service (AfEO)

Reference number

DN646182

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 LCRCA wishes to appoint a supplier to provide a support service for adults with a history of offending and are not likely to be assessed as priority need under the Homelessness Reduction Act. The service will provide direct support to those individuals with the aim being to create and sustain private rented sector tenancies. These tenancies are expected to be either one bedroom, studios, or shared housing if appropriate. The service will need to adapt to the needs of the Service Users and offer a flexible response across seven days to ensure that Service Users have access to on-call support. The provider will need to support Service Users with a range of support needs and risks. The provider will need to deliver support across the following Local Authorities: Liverpool Sefton, St Helens, and Wirral.

Please note: this service is to be commissioned for the period 1st April 2023 to 31st March 2025 with funding from the Department for Levelling Up, Housing and Communities (DLUHC). Confirmation of funding is expected to be announced February 2023. If funding is not received, the procurement of this service will not be progressed. The contract might be extended yearly for up to two years subject to funding.

The value of the contract over the initial term of two years is £373,100. The total value of the contract including extensions (£746,200) is only an estimate and we cannot guarantee funding availability to proceed with the extensions.

two.1.5) Estimated total value

Value excluding VAT: £746,200

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 98000000 - Other community, social and personal services

two.2.3) Place of performance

NUTS codes
  • UKD7 - Merseyside
Main site or place of performance

Liverpool City Region

two.2.4) Description of the procurement

The LCRCA wishes to appoint a supplier to provide a support service for adults with a history of offending and are not likely to be assessed as priority need under the Homelessness Reduction Act. The service will provide direct support to those individuals with the aim being to create and sustain private rented sector tenancies. These tenancies are expected to be either one bedroom, studios, or shared housing if appropriate. The service will need to adapt to the needs of the Service Users and offer a flexible response across seven days to ensure that Service Users have access to on-call support. The provider will need to support Service Users with a range of support needs and risks. The provider will need to deliver support across the following Local Authorities: Liverpool Sefton, St Helens, and Wirral.

Please note: this service is to be commissioned for the period 1st April 2023 to 31st March 2025 with funding from the Department for Levelling Up, Housing and Communities (DLUHC). Confirmation of funding is expected to be announced February 2023. If funding is not received, the procurement of this service will not be progressed. The contract might be extended yearly for up to two years subject to funding.

The value of the contract over the initial term of two years is £373,100. The total value of the contract including extensions (£746,200) is only an estimate and we cannot guarantee funding availability to proceed with the extensions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £746,200

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

This service is to be commissioned for the period 1st April 2023 to 31st March 2025 (24 months) with the possibility to extend yearly for up to two years subject to funding availability.

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.2.14) Additional information

The tender documents are available on The Chest (www.the-chest.org.uk - https://www.the-chest.org.uk/) under reference DN646182.


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

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: No

four.2) Administrative information

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

Date

19 January 2023

Local time

11:00am

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

19 January 2023

Local time

11:00am

Place

The Chest (https://www.the-chest.org.uk/)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Subject to funding, the procurement process would start approximately nine months before the end of the contract.

six.3) Additional information

In case of a group of bidders, the Liverpool City Region Combined Authority (LCRCA) may require the group of operators to assume a specific legal form if deemed by the LCRCA as being necessary for the satisfactory performance of the contract.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Review procedures are as set out in the Public Contracts Regulations 2015.

Proceedings under the Public Contracts Regulations 2015 are time limited and any such proceedings must be brought in the High Court of England and Wales.