Floating support tender - Young People at Risk of Homelessness.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Rotherham MBC
Central Procurement Team, Resources, Riverside House, Main Street
For the attention of: Helen Chambers
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709823661
E-mail:
Fax: +44 1709376285

I.2)Type of the contracting authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Floating support tender - Young People at Risk of Homelessness.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Main site or location of works, place of delivery or of performance: The Brough of Rotherham and surrounding areas.

NUTS code UKE

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 5
Justification for a framework agreement, the duration of which exceeds four years: This is a part B service.

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 250 000 GBP
II.1.5)Short description of the contract or purchase(s)
Rotherham MBC Supporting People Team is seeking suitably experienced organisations to tender for the provision of a housing related support service (floating support) for young people at risk of homelessness/tenancy breakdown.
Supporting People services aim to enable vulnerable people to live independently, preventing individuals from experiencing crisis and therefore requiring more costly service intervention.
The main aim of the service is to enable vulnerable young people to live independently within their own tenancy, preventing homelessness, and social exclusion, relapse and crisis admissions to hospital and enabling recovery and rehabilitation. The service will work closely with RMBC Housing Solutions Team to ensure that all clients receiving priority housing through the Housing Panel are supported appropriately. The successful provider will also be expected to work with vulnerable young people living in the private sector/other social housing.
The floating support service would include the following tasks (not exclusive list):
- Help in establishing personal safety and security.
- Support to understand tenancy agreements.
- Support to build self confidence and esteem.
- Developing domestic and independent living skills.
- Developing social skills/behaviour management.
- Help maintaining the safety and security of the accommodation.
- Supervision and monitoring of health and wellbeing.
- Help in setting up and maintaining a home or tenancy
- Help in gaining access to other services.
- Help in establishing social contacts and activities.
- Access to local communities.
- Advice, advocacy and liaison.
- Help in managing finances and benefit claims.
- Liaison with relevant agencies.
- Risk assessment.
The expected value of the contract on an annual basis will be circa GBP 50,000 and it is likely that the contract period will be 3 years with the option to extend for plus 1, plus 1 year.
The purpose of this pre-qualification questionnaire (PQQ) is to assist Rotherham Metropolitan Borough Council (RMBC) in deciding which Service Providers to invite to tender for services. Local Authorities must assure themselves that Service Providers, or potential Service Providers, are suitable organisations to hold a contract for the Council.
The information within this Pre-qualification Questionnaire will be validated by RMBC. This validation process will involve checking the returned information and supporting evidence/documentation.
Please answer every question. If the question does not apply to you please write Not Applicable and outline why; if you don't know the answer please write Not Known.
"Authority” means the purchasing organisation that is seeking to award a contract.
Please complete all parts of this questionnaire fully, providing all the necessary supporting documentation before uploading to the yortender.co.uk system no later than Midnight on 4.2.2013.
All supporting documentation must be uploaded onto the yortender.co.uk system.
Any technical issues surround the use of the yortender.co.uk system should be forwarded to the yortender.co.uk Helpdesk on Tel: : +44 8445434580

If you have any queries about this PQQ please contact: Helen Chambers on +44 7717733240 or by email to

II.1.6)Common procurement vocabulary (CPV)

85000000, 85310000, 85300000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Rotherham MBC Supporting People Team is seeking suitably experienced organisations to tender for the provision of a housing related support service (floating support) for young people at risk of homelessness/tenancy breakdown.
Supporting People services aim to enable vulnerable people to live independently, preventing individuals from experiencing crisis and therefore requiring more costly service intervention.
The main aim of the service is to enable vulnerable young people to live independently within their own tenancy, preventing homelessness, and social exclusion, relapse and crisis admissions to hospital and enabling recovery and rehabilitation. The service will work closely with RMBC Housing Solutions Team to ensure that all clients receiving priority housing through the Housing Panel are supported appropriately. The successful provider will also be expected to work with vulnerable young people living in the private sector/other social housing.
The floating support service would include the following tasks (not exclusive list):
- Help in establishing personal safety and security.
- Support to understand tenancy agreements.
- Support to build self confidence and esteem.
- Developing domestic and independent living skills.
- Developing social skills/behaviour management.
- Help maintaining the safety and security of the accommodation.
- Supervision and monitoring of health and wellbeing.
- Help in setting up and maintaining a home or tenancy
- Help in gaining access to other services.
- Help in establishing social contacts and activities.
- Access to local communities.
- Advice, advocacy and liaison.
- Help in managing finances and benefit claims.
- Liaison with relevant agencies.
- Risk assessment.
The expected value of the contract on an annual basis will be circa GBP 50,000 and it is likely that the contract period will be 3 years with the option to extend for plus 1, plus 1 year.
The purpose of this pre-qualification questionnaire (PQQ) is to assist Rotherham Metropolitan Borough Council (RMBC) in deciding which Service Providers to invite to tender for services. Local Authorities must assure themselves that Service Providers, or potential Service Providers, are suitable organisations to hold a contract for the Council.
The information within this Pre-qualification Questionnaire will be validated by RMBC. This validation process will involve checking the returned information and supporting evidence/documentation.
Please answer every question. If the question does not apply to you please write Not Applicable and outline why; if you don't know the answer please write Not Known.
"Authority” means the purchasing organisation that is seeking to award a contract.
Please complete all parts of this questionnaire fully, providing all the necessary supporting documentation before uploading to the yortender.co.uk system no later than Midnight on 4.2.2013.
All supporting documentation must be uploaded onto the yortender.co.uk system.
Any technical issues surround the use of the yortender.co.uk system should be forwarded to the yortender.co.uk Helpdesk on Tel: : +44 8445434580

If you have any queries about this PQQ please contact: Helen Chambers on +44 7717733240 or by email to

II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
To be issued to shortlisted providers within the invitation to tender.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be issues to shortlisted providers within the invitation to tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and Several Liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: To be issued to shortlisted providers within the invitation to tender.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met:
To be issued to shortlisted providers within the invitation to tender.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met:
To be issued to shortlisted providers within the invitation to tender.
Minimum level(s) of standards possibly required: To be issued to shortlisted providers within the invitation to tender.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Information and formalities necessary for evaluating if requirements are met:
To be issued to shortlisted providers within the invitation to tender.
Minimum level(s) of standards possibly required:
To be issued to shortlisted providers within the invitation to tender.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 1
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
YORE-92WLTP
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
5.2.2013 - 00:01
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
14.2.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

RMBC
RMBC The Procurement Team FAO Simon Bradley Riverside House Main Street
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709823661

Body responsible for mediation procedures

As above

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

As above

VI.5)Date of dispatch of this notice:
2.1.2013