Contract notice
Section I: Contracting
authority
I.1) Name and addresses
BIRMINGHAM CITY COUNCIL
Council House, Victoria Square
BIRMINGHAM
B1 1BB
UK
Contact person: Commercial & Procurement Services
E-mail: etendering@birmingham.gov.uk
NUTS: UKG3
Internet address(es)
Main address: www.birmingham.gov.uk
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
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
Open Framework for the Provision of Temporary Accommodation Solutions with the Private Sector and Private Registered Providers of Social Housing
Reference number: P2269
II.1.2) Main CPV code
55250000
II.1.3) Type of contract
Services
II.1.4) Short description
Birmingham City Council wishes to invite providers to submit applications to join an open framework for the provision of temporary accommodation through the private rented sector and private registered providers of social housing.
The open framework will be for a period of 3 years, with the option to extend for a further 2 years in yearly increments. Providers will be able to apply to join the Open Framework Agreement any time during the 3 year framework period and during any extension periods taken up. Although the Open Framework Agreement will remain open to applications, these will only be viewed and assessed at fixed periods of the year.
There will be no limit to the number of providers who can join the Open Framework throughout its duration.
We invite all interested providers to a virtual bidders' information event via MS Teams on the 5th March 2025 from 2:30 to 4:00pm GMT. To book a place at this event, please complete the online booking form by no later than 5.00 p.m. on 4th March 2025 by copying and pasting the following web link into your web browser:
https://forms.office.com/Pages/ResponsePage.aspx?id=Z86aaeTSzUuzA9K74rm78WaZjyJQhqdMv9qbgpTTl_FUMEFJRE1JTFA0NkEwUUFGVUNPU0RGSTYxSS4u
This event will take place virtually with further information being sent nearer the time. A maximum of two representatives per organisation will be able to attend.
The procurement process to appoint organisations to the open framework will be carried out in accordance with the Public Contracts Regulations 2015 under the light touch regime.
The Council will be appointing organisations to the framework via a single stage procurement procedure.
II.1.5) Estimated total value
Value excluding VAT:
355 176 724.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
70210000
70331000
70333000
98341100
II.2.3) Place of performance
NUTS code:
UKG3
Main site or place of performance:
Birmingham
II.2.4) Description of the procurement
The purpose of the open framework is to support the Council's statutory duty to provide temporary accommodation to vulnerable households under the housing Act 1996, the Homelessness Act 2002 and the Homeless Reduction Act 2017. The council does recognise that due to demand, properties may be acquired out of City. We would expect the properties are no more than an hour's journey time away from the City Centre using public transport.
The open framework will be established on the following property types: One Bedroom, Two Bedrooms, Three Bedrooms, Four Bedrooms, Five Bedrooms, Six Bedrooms. All accommodation must meet the most current health and safety standards relevant to the accommodation type.
Call-off contracts awarded under the framework are anticipated to be for a period of 10 years and 1 day under a lease arrangement for that period for each property or a period of 2 years with the option to extend for 4 further periods of 2 years under a license arrangement for each property.
The Council reserves the right to award contracts on the above basis at their discretion. It is anticipated that the majority of call-off contracts will be awarded under a 10 year and 1 day lease arrangement.
Successful providers and landlords supplying property under a lease arrangement will be required to follow the Land Registry lease registration process.
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: 36
This contract is subject to renewal: Yes
Description of renewals:
Option to extend for a further 2 years in yearly increments
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:
No
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 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:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
28/03/2025
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:
28/03/2025
Local time: 12:01
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
20/02/2025