Õ¥Ö­¼§

Construction Tenders

Tue October 22 2024

Related Information

Construction Contract Leads

East of England

Category Services

Type

No. of Lots 2

Status Active

Published 21st Oct 2024

Tender Details
Referenceocds-h6vhtk-04af7a
Common Procurement VocabularyHousing services
Procurement MethodOpen procedure
Value£756,600
« Previous Page

East of England

Category Services

Type

No. of Lots 2

Status Active

Published 21st Oct 2024

Tender Details
Referenceocds-h6vhtk-04af7a
Common Procurement VocabularyHousing services
Procurement MethodOpen procedure
Value£756,600

Section I: Contracting authority

I.1) Name and addresses

Borough Council of King's Lynn & West Norfolk

Kings Court, Chapel Street

King's Lynn

PE30 1EX

Email

procurementtenders [at] west-norfolk.gov.uk

Telephone

+44 1553616200

Country

United Kingdom

NUTS code

UKH16 - North and West Norfolk

National registration number

E07000146

Internet address(es)

Main address

Buyer's address

I.3) Communication

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Housing Support Services

Reference number

BCKLWN339

II.1.2) Main CPV code

  • 70333000 - Housing services
    • EA09 - For homeless

II.1.3) Type of contract

Services

II.1.4) Short description

The Borough Council of Kings Lynn and West Norfolk is committed to ending homelessness, person by person. It is about to launch its new Homelessness and Rough Sleeping Strategy, which outlines the steps that the Council (and its partners) should take to work towards this aim. The Council also intends to let a contract for an Early Intervention and Prevention Support Service that will support households (who may have children) at risk of homelessness predominantly (but not exclusively) from private rented accommodation and those living with family and friends who are at risk of homelessness. This support is intended to be short term and may assist people to access settled accommodation or (where appropriate) sustain their current accommodation. This should reduce the Council’s reliance on temporary accommodation and positively affect individuals’ wellbeing. The service should complement existing homelessness prevention services commissioned in the borough. The services will work across King’s Lynn and West Norfolk and will support people to access and maintain suitable, safe accommodation. The Council is open to creative ideas as to how the service(s) could be delivered and how you could bring any added value to these services. The tender has been split into two lots, one for a Intensive Homelessness Support Service and the other a Early Intervention and Prevention Support Service. Bids can be made for one or both lots.

II.1.5) Estimated total value

Value excluding VAT: £756,600

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

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

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The contracting authority reserves the right to award contracts combining the following lots; one and two.

II.2) Description

II.2.1) Title

Intensive Homelessness Support Service

Lot No

1

II.2.2) Additional CPV code(s)

  • 70333000 - Housing services
    • EA09 - For homeless

II.2.3) Place of performance

NUTS codes
  • UKH16 - North and West Norfolk
Main site or place of performance

North and West Norfolk

II.2.4) Description of the procurement

The Intensive Homelessness Support Service is intended to support service users with multiple and complex needs that includes but is not limited to substance misuse, mental health, offending history, and those who may be or have been rough sleeping. The service is designed for individuals whose housing needs have not yet been met sustainably, or who need support to maintain accommodation they may have obtained. The service will be required to provide a reactive outreach response to rough sleepers. However, the number of rough sleepers in King’s Lynn and West Norfolk are low, so most of the support will be provided to service users who have been accommodated in temporary accommodation, which would include welfare checks. The support will then continue with the service user (as necessary) into self-contained, settled accommodation.

II.2.5) Award criteria

Quality criterion - Name: Response Times to Engage with Potential Service Users / Weighting: 10

Quality criterion - Name: Method Statement 1 / Weighting: 40

Quality criterion - Name: Method Statement Two / Weighting: 20

Quality criterion - Name: Contract Implementation Plan and Management Structure / Weighting: 15

Quality criterion - Name: Curriculum Vitae of personnel that will be actively working on the contract / Weighting: 10

Quality criterion - Name: Case Studies / Weighting: 5

Price - Weighting: 0

II.2.6) Estimated value

Value excluding VAT: £453,960

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

This contract is subject to renewal after the initial term of 3 years contingent on whether the option to extend by up to an additional 2 years is exercised prior to expiry of the initial term.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The Council reserves the right to exercise an option to extend the agreement by up to an additional 2 years following expiry of the initial term

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

To respond to this opportunity please click here:

II.2) Description

II.2.1) Title

Early Intervention and Prevention Support Service

Lot No

2

II.2.2) Additional CPV code(s)

  • 70333000 - Housing services

II.2.3) Place of performance

NUTS codes
  • UKH16 - North and West Norfolk
Main site or place of performance

North and West Norfolk

II.2.4) Description of the procurement

This service is intended to provide low to medium level support to households including families, childless couples and single people to assist them in accessing and / or maintaining accommodation by providing short term support typically between 3 to 6 months. The households for this Lot are intended to be those households that require short term support to prevent them from becoming homeless and supporting them to access accommodation by intervening at the earliest opportunity with a focus on homelessness prevention. The service will emphasise preventing households from becoming homeless. This could be by supporting households being asked to leave by family / friends to prevent them from applying as homeless and instead exploring and assisting households to access alternative housing solutions.

II.2.5) Award criteria

Quality criterion - Name: Demonstration of understanding and approach to support delivery of key outcomes of the strategy / Weighting: 15

Quality criterion - Name: Method Statement 1 / Weighting: 40

Quality criterion - Name: Method Statement Two / Weighting: 20

Quality criterion - Name: Contract Implementation Plan / Weighting: 15

Quality criterion - Name: Curriculum Vitae of personnel that will be actively working on the contract / Weighting: 10

Price - Weighting: 0

II.2.6) Estimated value

Value excluding VAT: £302,640

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

This contract is subject to renewal after the initial term of 3 years contingent on whether the option to extend by up to an additional 2 years is exercised prior to expiry of the initial term.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The Council reserves the right to exercise an option to extend the agreement by up to an additional 2 years following expiry of the initial term

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date

25 November 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

25 November 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 6 months prior to expiration, subject to an option being exercised to extend the contract past the initial term

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

To respond to this opportunity, please click here:

GO Reference: GO-20241021-PRO-28220369

VI.4) Procedures for review

VI.4.1) Review body

Borough Council of Kings Lynn and West Norfolk

Kings Court, Chapel Street

Kings Lynn

PE30 1EX

Telephone

+44 1553616200

Country

United Kingdom

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

Borough Council of King's Lynn & West Norfolk

Kings Court, Chapel Street

King's Lynn

PE30 1EX

Telephone

+44 01553616200

Country

United Kingdom