Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cheshire East Borough Council
Westfields, Middlewich Road
Sandbach
CW11 1HZ
UK
Contact person: Mrs Louise Fenn
Telephone: +44 1270686454
E-mail: louise.fenn@cheshireeast.gov.uk
NUTS: UKD62
Internet address(es)
Main address: http://www.cheshireeast.gov.uk/
Address of the buyer profile: http://www.cheshireeast.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Advert/Index?advertId=7ae21151-976e-ef11-812f-005056b64545
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert/Index?advertId=7ae21151-976e-ef11-812f-005056b64545
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
Housing Related Support 2024 including Domestic Abuse Refuge C2897
Reference number: DN740804
II.1.2) Main CPV code
85310000
II.1.3) Type of contract
Services
II.1.4) Short description
Cheshire East Council is seeking provider(s) to deliver Housing Related Support services for local people who are homeless, possibly fleeing domestic abuse situations and in need of strength-based support to regain their independence.
Cheshire East Council is flexible in its approach to service delivery, always seeking solutions that will offer quality and value for money and working with delivery partners who share our values and commitment to the success of the area.
The Council is seeking partners to provide housing related support services split into 3 lots as detailed within the specification, including:
• Domestic Abuse Emergency accommodation
• Rough Sleeping Prevention Service - North
• Rough Sleeping Prevention Service - South
Interested providers should express an interest in the opportunity and download all of the documentation provided on the Chest system, any queries should be asked here via the messaging area of the project.
New Contracts are required to start from 1st April 2025 lasting for a maximum of 6 years and
it should be noted that TUPE may apply.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Domestic Abuse Emergency accommodation
II.2.2) Additional CPV code(s)
70330000
II.2.3) Place of performance
NUTS code:
UKD62
II.2.4) Description of the procurement
The Council is seeking a provider of Domestic Abuse Emergency and Supported Accommodation Based, a Housing Related Support Service for people who are experiencing domestic abuse. The service will offer emergency or supported housing, to address the needs of clients and to support recovery to re-establish them into independent accommodation. A minimum of 22 units of single/family accommodation is required.
New Contracts are required to start from 1st April 2025 lasting for a maximum of 6 years and
it should be noted that TUPE may apply.
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: 48
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:
This is a contract with an initial term of 4 years from 01/04/25 – 31/03/29 with 2 x 12 months optional extensions to be extended at the sole discretion of the Council, from 01/04/2029.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Rough Sleeping Prevention Service - North
II.2.2) Additional CPV code(s)
70330000
II.2.3) Place of performance
NUTS code:
UKD62
II.2.4) Description of the procurement
The provider will work in partnership with Cheshire East Council to deliver creative and diverse solutions with a goal to end rough sleeping and homelessness in Cheshire East, through a framework of multi-agency support and flexible accommodation delivery. The Rough Sleeping Prevention Service (North) will deliver a minimum of 50 Units of support with accommodation alongside a step-down/ “no return to the streets” offer.
New Contracts are required to start from 1st April 2025 lasting for a maximum of 6 years and it should be noted that TUPE may apply.
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: 48
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:
This is a contract with an initial term of 4 years from 01/04/25 – 31/03/29 with 2 x 12 months optional extensions to be extended at the sole discretion of the Council, from 01/0402029.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Rough Sleeping Prevention Service - South
II.2.2) Additional CPV code(s)
70330000
II.2.3) Place of performance
NUTS code:
UKD62
II.2.4) Description of the procurement
The provider will work in partnership with Cheshire East Council to deliver creative and diverse solutions with a goal to end rough sleeping and homelessness in Cheshire East, through a framework of multi-agency support and flexible accommodation delivery. The Rough Sleeping Prevention Service (North) will deliver a minimum of 60 Units of support with accommodation alongside a step-down/ “no return to the streets” offer.
New Contracts are required to start from 1st April 2025 lasting for a maximum of 6 years and it should be noted that TUPE may apply.
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: 48
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:
This is a contract with an initial term of 4 years from 01/04/25 – 31/03/29 with 2 x 12 months optional extensions to be extended at the sole discretion of the Council, from 01/04/2029.
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
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:
21/10/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
21/10/2024
Local time: 12:00
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
ROYAL COURTS OF JUSTICE
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
This procurement is being advertised under the Light Touch Regime (LTR). Contract awards will be made in line with the Light Touch Regime: https://www.legislation.gov.uk/uksi/2015/102/regulation/74/made
per The Public Contracts Regulations 2015.
The subject matter of this procurement process relates to the delivery of services which are listed to in Schedule 3 to the regulations. As such the full regime set out in the regulations will not apply to the award of these contracts. Consequently, the procurement process adopted has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment.
Cheshire East Council will incorporate a voluntary standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision and as such will be used as review procedures.
The voluntary standstill period, which will be for a minimum of 10 calendar days provides time
for unsuccessful tenderers to review and scrutinize the award decision before the contract is entered into.
VI.4.4) Service from which information about the review procedure may be obtained
Cheshire East Council, legal services
Middlewich Road
Sandbach
CW11 1HZ
UK
VI.5) Date of dispatch of this notice
10/09/2024