1415-222 – Temporary accommodation
Main contract details
Islington Council is seeking to appoint up to twenty five (25) contractors to a framework agreement for the procurement and management of nightly purchased temporary accommodation for homeless persons (NPA), and up to twenty five (25) contractors to a framework for the procurement and management of private sector leased temporary accommodation for homeless households (PSL). Contracts based on the framework agreement shall follow the terms of the framework agreement including how a contract is concluded. How a contract is concluded is explained within the invitation to tender documentation.
Bidders may apply for one or both lots. A single contractor may be awarded a framework agreement for one or both lots.
The arrangement will be monitored against a range of outcome based indicators which the provider will be expected to achieve. The details of these indicators will be included within the contract specification and the successful organisation will need to demonstrate they have the capability and capacity to meet these requirements.
Current status / Background
The council wishes to procure new contracts for the procurement and management of temporary accommodation for homeless households to enable it to discharge its statutory homelessness duties, and its duties under the Care Act and Children’s Act.
The requirement
This contract is being divided into two lots.
The framework agreement for the procurement and management of nightly purchased temporary accommodation for homeless persons (NPA) will enable the council to temporarily house people whilst it conducts its investigations under the Housing Act 1985 and 1996, the Care Act and Children’s Act.
The framework agreement for the procurement and management of private sector leased temporary accommodation for homeless households (PSL) will enable the council to accommodate people it has accepted a homeless duty for but is yet unable to house in permanent housing.
The placement process will be defined in the tender documents.
Full specifications for each lot can be found in the tender documents. See:
• ITT3 Terms and conditions Lot 1 (NPA)
o Lot 1 Specification - Part B, Schedule 2, pages 77 – 118
• ITT4 Terms and conditions Lot 2 (PSL)
o Lot 2 Specification - Part B, Schedule 1, pages 65 - 101
Lots
This contract is being split into two lots:
• Lot 1 – Agreement for the procurement and management of nightly purchased temporary accommodation for homeless persons (NPA)
• Lot 2 – Agreement for the procurement and management of private sector leased temporary accommodation for homeless households (PSL)
TUPE [Transfer of Undertakings (Protection of Employment) Regulations]
Potential providers must be aware that TUPE may or may not apply to this service. Further details will be available in the invitation to tender.
Terms of the Framework Agreements
The term of each framework agreement will be for up to forty eight (48) months from the estimated start date of 1 March 2017.
Value of the Framework Agreement
The estimated value of the services that may be awarded by Islington Council under the framework agreement is estimated at between £0 and £13m per annum. The total estimated value of services that may be awarded under this framework agreement is £0 to £52m over the forty-eight (48) month period.
The Council and its partners will be under no obligation to utilise the framework agreement. No guarantee is given towards volume or value of work under this framework agreement.
Estimated value
• Lot 1 between £0 and £10,500,000 (including No Recourse to Public Funds) per annum
• Lot 2 between £0 and £2,500,000 per annum
Award criteria
The framework agreements will be awarded to the Most Economically Advantageous Tenders (MEAT) in accordance with the Public Contracts Regulations. MEAT for this framework agreement is cost 80% and quality 20%. Further details will be provided in the invitation to tender.
Cost 80%
In order to be considered for either framework, bidders will need to be able to confirm that pricing will not exceed the rates as set out in the tender documents.
Quality 20%
Quality made up of:
Proposed approach to standard of accommodation 10%
• Acquisitions 2.5%
• Responsive repairs 2.5%
• Routine maintenance 2.5%
• Health and safety 2.5%
Proposed approach to service delivery and customer care 10%
• Welcome information 2.5%
• Client contact 2.5%
• Equality and diversity 2.5%
• Challenging behaviour 2.5%
Tenderers should be aware that we reserve the right to hold site visits and/or presentations and/or interviews during the tender process. Site visits and/or presentations and/or interviews will be for verification/clarification purposes of the written submission.
We reserve the right to interview leading bidders.
Procurement Process
This contract is over the Official Journal of the European Union (OJEU) threshold. The contract is being advertised using Restricted Procedure. The Restricted Procedure means the procurement process will be conducted in two stages.
The first stage will involve selecting the organisations who meet the minimum requirements for each lot through a pre-qualification questionnaire (PQQ).
The second stage will be an evaluation of tenders submitted by bidders who are selected at the PQQ stage. The twenty five (25) organisations who achieve the highest combined cost and quality scores in each lot will be appointed to the framework agreements.
Key dates
Expression of interest window
From 12/08/2016 12:00 to 23/09/2016 11:59
New to ProContract?
If you are not currently registered on the ProContract procurement portal, you can complete a simple registration process by clicking the following link - Register free
