Scope
Reference
DN788762
Description
In 2019, Essex County Council (ECC) commissioned the Floating Support Service, which provides a broad range of short and medium- term interventions to prevent homelessness and address other housing related needs. Operating a peripatetic model, the service delivers flexible, outreach support across the County; providing targeted, cost-effective interventions to vulnerable adults and their families, who are at imminent risk of losing their accommodation, or whom may be experiencing a period of crisis.
The service is aimed at people across a range of housing tenure, including those accommodated in social housing, owner-occupiers, private rented accommodation, as well as providing support to those who are homeless and require support with applying for accommodation.
Essex County Council are seeking a floating service that can provide:
1. Targeted floating support to individuals and/or families presenting with complex needs including, but not limited to, threatened homelessness, substance misuse, domestic abuse, offending, mental-ill- health, neuro diversity, physical/sensory impairment, financial hardship/exclusion, care leavers and refugees with access to public funds. Floating Support encompasses a broad range of activity.
2. For the purpose of this specification, Floating Support may include any intervention or assistance that enables individuals who are vulnerable, at risk of homelessness or are experiencing a period of crisis to manage and maintain their homes across all forms of tenure.
3. More generic and early interventions to a wider range of individuals and/or families who are homeless or at risk of homelessness with less complex presenting issues, where earlier and less intensive interventions will prevent deterioration
4. The ability to flex provision to support the identified target groups to ensure opportunities to "step up" and step down" as and when appropriate.
5. Clear service discharge processes that promote a positive and sustainable outcome, but with the opportunity to re-engage with the service in the event of emergency or crisis
6. Support for those with lived experience to access peer support and volunteering opportunities (possibly in conjunction with other services) as well as the potential for Mutual Aid.
Support is time limited and targeted and aimed at enabling the individual to reach a point where support is no longer required. Support will be provided in partnership with other specialist services including, but not necessarily limited to, health, social care, criminal justice and other public/voluntary sector partners.
In relation to the information regarding the contracting authority within this notice, please be advised that the contracting authority is Essex County Council and any Successor Body meaning one or more entities which assumes any of the Council's functions (as applicable) as a result of Local Government Reform (LGR). Such successor body or bodies may be, without limitation, a local authority, a combined authority, a combined county authority, a strategic authority or any other status determined pursuant to the Devolution and LGR Legislation.
Total value (estimated)
- £17,500,000 excluding VAT
- £21,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 31 March 2031
- Possible extension to 31 March 2033
- 7 years
Description of possible extension:
Maximum of 24 months extension available.
Main procurement category
Services
CPV classifications
- 85000000 - Health and social work services
Contract locations
- UKH3 - Essex
Participation
Legal and financial capacity conditions of participation
Legal and financial capacity conditions of participation
Please be advised that the full conditions of participation for this procurement are defined in Part 3 of the Provider Selection Questionnaire (PSQ). However, in summary terms, bidders must satisfy the following:
1) Insurance requirements
The Bidder must have in place, or commit to obtain prior to award of the contract, the following insurance cover to the values stated below in respect of any one claim or series of claims arising out of one incident:
Employer's (Compulsory) Liability Insurance = £5 million
Public Liability Insurance: = £10 million
2) Modern Slavery
Relevant commercial organisations subject to the requirements of the Modern Slavery Act 2015 will need to confirm they are fully compliant with this legislation by Service Commencement Date.
3) Equality and Diversity
Bidders that have been had an investigation of unlawful discrimination upheld by an Employment Tribunal, an Employment Appeal Tribunal, the Equality and Human Rights Commission, or any other court or equivalent body, will need to provide evidence that they have implemented adequate remedial actions to prevent similar unlawful discrimination recurring, to the Authority's satisfaction.
In addition, if the bidder is intending to use sub-contractors to deliver this service, they need to confirm whether they have processes in place to check whether any of the above circumstances apply to these other organisations?
4) Environmental Management
Bidders that have been convicted of breaching environmental legislation, or had any notice served upon it, in the last three years by an environmental regulator or authority, will need to provide evidence that they have implemented adequate remedial actions to prevent similar breaches recurring, to the Authority's satisfaction.
In addition, if the bidder is intending to use sub-contractors to deliver this service, they need to confirm whether they have processes in place to check whether any of the above circumstances apply to these other organisations?
5) Health and Safety
Bidders are required to have a Health and Safety Policy that complies with current legislative requirements and confirm whether they, or any of its Directors or Executive Officers been in receipt of enforcement/remedial orders in relation to the Health and Safety Executive (or equivalent body) in the last 3 years? If the latter applies, the bidder is required to provide details of any remedial actions or resultant procedural changes they have enacted.
In addition, if the bidder is intending to use sub-contractors to deliver this service, they need to confirm whether they have processes in place to check whether any of the above circumstances apply to these other organisations?
6) E- Procurement Electronic Ordering and e-mail invoices/credits
The bidder must confirm that they can comply with the stated requirements for e-procurement electronic ordering and submitting electronic invoices/credit.
7) Information Handling and Security
The bidder must self-certify that they will comply with all the stated requirements within the Data Protection Compliance Questionnaire which will be published as part of the tender documentation.
Technical ability conditions of participation
Please be advised that the full conditions of participation for this procurement are defined in Part 3 of the Provider Selection
Questionnaire (PSQ). However, in summary terms, bidders must satisfy the following:
1) Safeguarding
Bidders must have a named safeguarding manager within their organisation, who has a demonstrable knowledge of safeguarding policy and who is responsible for safeguarding at the highest level.
In addition, bidders must hold a current safeguarding policy which meets the stated minimum standards and is subject to regular reviews by an appropriately trained individual in line with local and national developments.
2) Safer recruitment
The Bidder must have a current safe recruitment policy which includes the specified minimum standards.
3) Safeguarding training
The bidder must hold a safeguarding training programme in place and ensure that this training is accessed by all those who have a role in recruitment staff who will have contact with children/families/vulnerable adults. In addition, this training must be systematically evaluated and reviewed with any impact outcomes used to improve future training programmes.
4) Workforce development
The bidder must confirm that they will complete the four (4) mandatory requirements of the Workforce Strategy, if their tender submission is successful. For ease of reference, the Workforce Strategy can be accessed via:
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
26 September 2025, 11:59pm
Tender submission deadline
6 October 2025, 12:00pm
Submission address and any special instructions
The Tender Pack is available on the Proactis ProContract web portal. Interested parties are invited to download and engage with this contract opportunity by:
1. Go to: https://procontract.due-north.com/Opportunities
2. Search for Essex County Council from the organisation list
3. Search for Project ref: DN788762 or title Housing Related Support - Floating Support
4. Select "express interest" in this opportunity
5. Download the Tender Pack and complete your bid submission by the deadline date (6th October 2025 at 12:00 noon)
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
25 November 2025
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Quality | As detailed in the tender pack. |
Quality | 60% |
Price | As detailed in the tender pack. |
Price | 30% |
Social Value | As detailed in the tender pack. |
Quality | 10% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Special regime
Light touch
Justification for not publishing a preliminary market engagement notice
Preliminary market engagement has been carried out.
Contracting authority
Essex County Council
- Public Procurement Organisation Number: PWVM-4844-NRQH
County Hall, Market Road
Chelmsford
CM1 1QH
United Kingdom
Email: craig.forster@essex.gov.uk
Region: UKH36 - Heart of Essex
Organisation type: Public authority - sub-central government