Award

Temporary Accommodation - Support Services and Property Management - AWARD

PORTSMOUTH CITY COUNCIL

This public procurement record has 1 release in its history.

Award

26 Sep 2022 at 12:52

Summary of the contracting process

The Portsmouth City Council has awarded a contract for Temporary Accommodation - Support Services and Property Management. The contract covers accommodation and non-accommodation support services for individuals and families living in temporary accommodation. It also includes property management services for approximately 45 units of accommodation. The total value of the contracts is £900,000 over an initial term of 3 years, extendable up to 8 years. The procurement stage was an Open procedure, and the contract is set to commence on 1 June 2022.

This tender by Portsmouth City Council presents opportunities for businesses in social work services, vocational rehabilitation services, community health services, housing services, guidance services, accommodation and office services, welfare services, and social work services with accommodation. Small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprise organisations (VCSEs) are encouraged to participate. The council aims to have awarded both contracts by 1 March 2022, with varying annual contract values depending on demand fluctuations. Businesses capable of delivering support services and property management are well-suited for this opportunity.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Temporary Accommodation - Support Services and Property Management - AWARD

Notice Description

Portsmouth City Council ('the council') is inviting tenders from suitably qualified suppliers to provide a support service for individuals and families living in temporary accommodation. The Service will comprise of accommodation based and non-accommodation based (floating) support services. Currently support is delivered to approximately 45 households, with varying degrees of support need and frequency of visits. In addition to the support element, the Council also requires a property management service for some of its furnished temporary accommodation. The Service will comprise of the management of approximately 45 units of accommodation, however this number may vary over the life of the contract. The Service consists of these two elements under three Lot options: * Lot 1 ('contract 1'): Accommodation based support & non-accommodation based (floating) support; * Lot 2 ('contract 2'): Property management; * Lot 3: Combined bid for both lot 1 & 2 Services are currently delivered under a single contract. A key driver for separating these elements is to allow greater flexibility for the support element and make best use of available resources. It also opens up the market to other potential bidders who may only be in the position to deliver services under one lot. Additionally the council are reviewing options to bring the property management element in-house. The Council will be undertaking an assessment in parallel with invitations and assessment of bids secured from the market via this procurement process. Providers can bid for lots one and/or two as separate bids. Providers are also able to submit a combined lot bid (lot 3) which clearly identifies the additional benefits and added value that would be achieved through contracting with a single supplier. The council reserves the right to award one or any combination of lots, or indeed not to award contracts in respect to any of the available lots. The council is targeting to have awarded both contracts on 1 Mar 2022 to allow for service commencement on 1 Jun 2022. The contracts will be let for an initial term of 3 years which may then run for a further 5 years in increments set by the Council to a total maximum term of 8 years, subject to performance and at the sole option of the Council. The estimated total value of the contracts for both lots is PS900,000 over the initial term based on the total available budget. - The estimated value of the contract 1 is IRO PS150,000 - PS200,000 per annum, between PS1,200,000 - PS1,600,000 over the maximum term of 8 years. - The estimated value of contract 2 is IRO of PS75,000 - PS100,000 per annum, PS600,000 - PS800,000 over the maximum term of 8 years. The annual value of both contracts may vary over the initial term due to fluctuation in demand. An open book costing model will be used alongside the contract to agree any variations over the term.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-4b92f8c9-5de7-4d0b-9c9b-1618e0345ebc
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/2dc1f81e-8e9d-40ba-b2b6-7a1dd9834de1
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

70 - Real estate services

85 - Health and social work services

98 - Other community, social and personal services


CPV Codes

70333000 - Housing services

85310000 - Social work services

85311000 - Social work services with accommodation

85312310 - Guidance services

85312400 - Welfare services not delivered through residential institutions

85312510 - Vocational rehabilitation services

85323000 - Community health services

98340000 - Accommodation and office services

Notice Value(s)

Tender Value
£3,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
26 Sep 20223 years ago
Submission Deadline
27 Jan 2022Expired
Future Notice Date
Not specified
Award Date
1 Mar 20223 years ago
Contract Period
31 May 2022 - 31 May 2025 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
PORTSMOUTH CITY COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
HAMPSHIRE
Postcode
PO1 2AL
Post Town
Portsmouth
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ31 Portsmouth
Delivery Location
TLJ South East (England)

Local Authority
Portsmouth
Electoral Ward
Charles Dickens
Westminster Constituency
Portsmouth South

Supplier Information

Number of Suppliers
1
Supplier Name

EC ROBERTS CENTRE

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-4b92f8c9-5de7-4d0b-9c9b-1618e0345ebc-2022-09-26T13:52:59+01:00",
    "date": "2022-09-26T13:52:59+01:00",
    "ocid": "ocds-b5fd17-4b92f8c9-5de7-4d0b-9c9b-1618e0345ebc",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "IT-26-4621-P00004621 - AWARD",
        "title": "Temporary Accommodation - Support Services and Property Management - AWARD",
        "description": "Portsmouth City Council ('the council') is inviting tenders from suitably qualified suppliers to provide a support service for individuals and families living in temporary accommodation. The Service will comprise of accommodation based and non-accommodation based (floating) support services. Currently support is delivered to approximately 45 households, with varying degrees of support need and frequency of visits. In addition to the support element, the Council also requires a property management service for some of its furnished temporary accommodation. The Service will comprise of the management of approximately 45 units of accommodation, however this number may vary over the life of the contract. The Service consists of these two elements under three Lot options: * Lot 1 ('contract 1'): Accommodation based support & non-accommodation based (floating) support; * Lot 2 ('contract 2'): Property management; * Lot 3: Combined bid for both lot 1 & 2 Services are currently delivered under a single contract. A key driver for separating these elements is to allow greater flexibility for the support element and make best use of available resources. It also opens up the market to other potential bidders who may only be in the position to deliver services under one lot. Additionally the council are reviewing options to bring the property management element in-house. The Council will be undertaking an assessment in parallel with invitations and assessment of bids secured from the market via this procurement process. Providers can bid for lots one and/or two as separate bids. Providers are also able to submit a combined lot bid (lot 3) which clearly identifies the additional benefits and added value that would be achieved through contracting with a single supplier. The council reserves the right to award one or any combination of lots, or indeed not to award contracts in respect to any of the available lots. The council is targeting to have awarded both contracts on 1 Mar 2022 to allow for service commencement on 1 Jun 2022. The contracts will be let for an initial term of 3 years which may then run for a further 5 years in increments set by the Council to a total maximum term of 8 years, subject to performance and at the sole option of the Council. The estimated total value of the contracts for both lots is PS900,000 over the initial term based on the total available budget. - The estimated value of the contract 1 is IRO PS150,000 - PS200,000 per annum, between PS1,200,000 - PS1,600,000 over the maximum term of 8 years. - The estimated value of contract 2 is IRO of PS75,000 - PS100,000 per annum, PS600,000 - PS800,000 over the maximum term of 8 years. The annual value of both contracts may vary over the initial term due to fluctuation in demand. An open book costing model will be used alongside the contract to agree any variations over the term.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85310000",
            "description": "Social work services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "85312510",
                "description": "Vocational rehabilitation services"
            },
            {
                "scheme": "CPV",
                "id": "85323000",
                "description": "Community health services"
            },
            {
                "scheme": "CPV",
                "id": "70333000",
                "description": "Housing services"
            },
            {
                "scheme": "CPV",
                "id": "85312310",
                "description": "Guidance services"
            },
            {
                "scheme": "CPV",
                "id": "98340000",
                "description": "Accommodation and office services"
            },
            {
                "scheme": "CPV",
                "id": "85312400",
                "description": "Welfare services not delivered through residential institutions"
            },
            {
                "scheme": "CPV",
                "id": "85311000",
                "description": "Social work services with accommodation"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "PO1 2AL"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 1500000,
            "currency": "GBP"
        },
        "value": {
            "amount": 3000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2022-01-27T12:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2022-06-01T01:00:00+01:00",
            "endDate": "2025-05-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-124802",
            "name": "Portsmouth City Council",
            "identifier": {
                "legalName": "Portsmouth City Council"
            },
            "address": {
                "streetAddress": "Guildhall Square, Portsmouth",
                "locality": "Hampshire",
                "postalCode": "PO1 2AL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Procurement Service",
                "email": "procurement@portsmouthcc.gov.uk",
                "telephone": "023 9268 8235"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-220115",
            "name": "EC Roberts Centre Ltd",
            "identifier": {
                "legalName": "EC Roberts Centre Ltd"
            },
            "address": {
                "streetAddress": "84 Crasswell Street, Portsmouth, Hampshire, United Kingdom, PO1 1HT"
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-124802",
        "name": "Portsmouth City Council"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-4b92f8c9-5de7-4d0b-9c9b-1618e0345ebc-1",
            "status": "active",
            "date": "2022-03-01T00:00:00Z",
            "datePublished": "2022-09-26T13:52:59+01:00",
            "value": {
                "amount": 0,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-220115",
                    "name": "EC Roberts Centre Ltd"
                }
            ],
            "contractPeriod": {
                "startDate": "2022-06-01T00:00:00+01:00",
                "endDate": "2025-05-31T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/2dc1f81e-8e9d-40ba-b2b6-7a1dd9834de1",
                    "datePublished": "2022-09-26T13:52:59+01:00",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}