Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Birmingham City Council
  1 Victoria Square
  Birmingham
  B1 1BB
  UK
  
            Contact person: Commercial and Procurement Services
  
            E-mail: etendering@birmingham.gov.uk
  
            NUTS: UKG31
  Internet address(es)
  
              Main address: www.finditinbirmingham.com
  
              Address of the buyer profile: www.in-tendhost.co.uk/birminghamcc
 
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.in-tendhost.co.uk/birminghamcc
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.in-tendhost.co.uk/birminghamcc
Tenders or requests to participate must be sent to the abovementioned 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
Mediation services for social housing tenants and housing options
            Reference number: P2185
  II.1.2) Main CPV code
  75200000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  The Council wishes to establish a Contract for the provision mediation services for social housing tenants and housing options.There is a requirement for:•  Mediation Services for Social Housing Tenants as part of its overall approach in resolving non-crime related Anti-Social Behaviour complaints, neighbour disputes, and breaches of the Conditions of Tenancy. •  Mediation Services for Housing Options customers as part of its overall approach in preventing homelessness, by resolving family disputes and preventing family and friend exclusion from accommodation and working with landlords to resolve non-crime related Anti-social Behaviour complaints and breached of Conditions of Tenancy.The Contract will last for 2 years commencing on 1st April 2025, with an option to extend for a further period of 2 years, subject to satisfactory performance and budgetary availability.The contract will be awarded to a single provider.	
  II.1.5) Estimated total value
  Value excluding VAT: 
			600 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    75200000
    98000000
    85300000
    II.2.3) Place of performance
    NUTS code:
    UKG31
Main site or place of performance:
    
    II.2.4) Description of the procurement
    The Council wishes to establish a Contract for the provision mediation services for social housing tenants and housing options.   The aim of the service is to contribute to city housing and Housing Options priorities of investigating complaints of Anti-Social Behaviour (ASB) in an impartial and professional manner in accordance with the respective ASB Policy and Procedure. We are providing victims and perpetrators of ASB, tools and support in order to explore root causes through an impartial third party who specialise in mediation and specialist coaching support to residents to reach an agreed set of actions to resolve or mitigate any 	issues.It will encourage resolution of family disputes and preventing family and friend exclusion from accommodation and working with landlords to resolve non-crime related Anti-social Behaviour complaints and breached of Conditions of Tenancy.There is a requirement for:•	Mediation Services for Social Housing Tenants as part of its overall approach in resolving non-crime related Anti-Social Behaviour complaints, neighbour disputes, and breaches of the Conditions of Tenancy. •	Mediation Services for Housing Options customers as part of its overall approach in preventing homelessness, by resolving family disputes and preventing family and friend exclusion from accommodation and working with landlords to resolve non-crime related Anti-social Behaviour complaints and breached of Conditions of Tenancy.The Contract will last for 2 years commencing on 1st April 2025, with an option to extend for 	a further period of 2 years, subject to satisfactory performance and budgetary availability.The contract will be awarded to a single provider.	
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 24
    
                  This contract is subject to renewal: No
                
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              Yes
            
    Description of options:
    With an option to extend for a further period of 2 years, subject to satisfactory performance and budgetary availability.
    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
    
   
 
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
  III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
  List and brief description of conditions:
  Further details will be provided in the tender documentation
  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
 
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Open procedure
                        
  IV.1.8) Information about 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:
              26/02/2025
  
                Local time: 12:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  IV.2.7) Conditions for opening of tenders
  
              Date:
              26/02/2025
  
              Local time: 12:00
  Place:
  Birmingham
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.3) Additional information
The Council will be using its free to use e-tendering system (in-tend) for the administration of this procurement process and potential suppliers must register with the system to be able to express an interest. If you wish to express an interest in this opportunity please click on the following link to access https://in-tendhost.co.uk/birminghamcc/ and submit your details to register. You will then be sent details on how to log on which will enable you to download all relevant Invitation to Tender (ITT) documentation.  If you are unable to register with In-tend or have any questions or problems on how to use this web site please either email us at: cps@birmingham.gov.uk Your completed tender submission should be returned by noon on 26th February 2025 via the ‘in-tend’ system https://in-tendhost.co.uk/birminghamcc
VI.4) Procedures for review
  VI.4.1) Review body
  
    High Court of Justice 
    London 
    WC2A 2LL
    UK
   
  VI.4.3) Review procedure
  Precise information on deadline(s) for review procedures:
  N/A
 
VI.5) Date of dispatch of this notice
27/01/2025