Tender

No Second Night Out Service

  • Brighton and Hove City Council

F01: Prior information notice (call for competition)

Notice identifier: 2021/S 000-000539

Procurement identifier (OCID): ocds-h6vhtk-00393a-integration

Published 18 February 2021, 2:39pm



Section one: Contracting authority

one.1) Name and addresses

Brighton and Hove City Council

Hove Town Hall, Norton Road

Hove

BN3 3BQ

Contact

Madalene Harmer

Email

madalene.harmer@brighton-hove.gov.uk

Country

United Kingdom

NUTS code

UKJ21 - Brighton and Hove

Internet address(es)

Main address

www.brighton-hove.gov.uk

one.3) Communication

Additional information can be obtained from the above-mentioned address

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

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

No Second Night Out Service

two.1.2) Main CPV code

  • 98000000 - Other community, social and personal services

two.1.3) Type of contract

Services

two.1.4) Short description

Prior information notice - This notice is a call for competition

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKJ21 - Brighton and Hove
Main site or place of performance

NUTS code: UKJ21 Brighton and Hove

two.2.4) Description of the procurement

Brighton and Hove City Council is keen to work collaboratively with a service provider or providers to deliver these services within a short timeframe and to a good standard.We are looking for:• the provision of a 24-hour No Second Night Out Service;• a service which will operate 24 hours a day 7 days a week, 365 days a year;• a service which will operate a minimum of 47 bed spaces overall.The service will:• be for homeless people who have been found rough sleeping in Brighton and Hove for the first time;• receive referrals from the street outreach service via a robust referral and assessment process. Client data will be managed through the Bthink IT system;• offer a flexible but clear referral process which allows placements to be made on the spot if a vacancy is available;• have no minimum stay but will have a target for the average stay for the majority of users of 45 days;• complete a robust triage assessment for individuals for a range of support and accommodation needs which will be completed within 24 hours of attending the service;• stabilise clients by ensuring they feel safe and that their basic needs are being met;• identify an appropriate accommodation option for an individual and make appropriate referrals and will work with housing options to ensure that the service is part of a pathway that includes assessments of local authority duties and provision of a personalised housing plan;• facilitate reconnections to other local authority areas or beyond for people with no local connection to Brighton and Hove;• provide a psychologically informed environment for staff and service users.The contract will not be subdivided into lots therefore it is the expectation of the commissioners that the services will be provided by a single provider. Due to the timing and sensitivity of the services being provided, the Council would request that only organisations who have a real and present chance of fulfilling the specification submit expressions of interest in response to this request.Your organisation (or in the case of consortium bids, all members of the consortium) will be required to demonstrate the following:• strong experience of working with people who are at risk of sleeping rough;• experience of providing an assessment and accommodation service;• experience of working with clients with a range of support needs;• experience of working with people to provide rapid accommodation assessments;• detailed knowledge of PIE and TIC;• experience of assessing risk and developing risk management plans;• the ability to work collaboratively with a range of services;• experience of providing a safe environment and managing a building the accommodates vulnerable people, including working with neighbours and the local community.The proposed contract length for this service is 1 year, with a 1-year extension subject to performance and continued funding from the Ministry of Housing, Communities and Local Government. Please respond to this call for competition by sending your expression of interest to procurement@brighton-hove.gov.uk by the closing date listed below.Within your expression of interest please cover the below:• a brief overview of what you could deliver/suggestions for delivery;• whether you have any premises available or any suggestions for premises (You are welcome to express an interest in running a service even if you do not have a building available);• how quickly you would be able to mobilise the service.

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

Start date

1 April 2021

End date

31 March 2023

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Financial suitability will be assessed prior to contract award.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Financial suitability will be assessed prior to contract award.

Minimum level(s) of standards possibly required

Financial suitability will be assessed prior to contract award.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Financial suitability will be assessed prior to contract award.

Minimum level(s) of standards possibly required

Financial suitability will be assessed prior to contract award.

three.1.5) Information about reserved contract

The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Financial suitability will be assessed prior to contract award.

three.2.2) Contract performance conditions

Financial suitability will be assessed prior to contract award.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of expressions of interest

Date

14 March 2021

Local time

3:00am

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

English

four.2.5) Scheduled date for start of award procedures

14 April 2021


Section six. Complementary information

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

Country

United Kingdom