TENDER FOR THE PROVISION OF SOCIAL INCLUSION AND HOMELESSNESS SERVICES FOR 2023-2026

Award

Value

£2,148,000

Classifications

  • Health and social work services
  • Social work services with accommodation
  • Guidance services

Tags

  • award
  • contract

Published

2 years ago

Description

Basingstoke and Deane Borough Council (the council) is committed to providing first class services and facilities which protect our most vulnerable residents.
In 2016 the council undertook a procurement exercise to commission pilot services for social inclusion and homelessness services which could best meet local needs and deliver outcomes. The pilot originally came about following agreement between the council and Hampshire County Council (HCC), whereby grant funding previously attributable to Supporting People was combined with the council's own revenue resources.
Following the successful previous commission and subsequent successful operation of the pilot models the existing contracts will run until 31st March 2023. Following a review of the existing operations and previous commission the council; with agreement with HCC is now looking to commission new contracts for the homelessness and social inclusion services. HCC agreed a reduction in spend on County Council funded Homelessness Support Services in 2022 and to a new grant agreement with Basingstoke and Deane Borough Council for 2023-2026, as such the lot structure and contracts have been re-established for this commission as outlined below.:
Lot 1 - Emergency Access Homelessness Accommodation and Support (maximum grant available £350,000 per annum)
Lot 2 - Targeted Rough Sleeper Outreach, Floating and In-Reach Resettlement Support (maximum grant available of £155,000 per annum)
Lot 3 - Short to Medium Term Accommodation with Support (maximum grant available of £215,000 per annum)
The requirements of services will continue to be funded by Hampshire County Council through a devolved grant to Basingstoke and Deane Borough Council together with funding from BDBC. The services will be funded from 1 April 2023 until 31st March 2026 , subject to any earlier determination by HCC and it is therefore the council's intention to enter into contract(s) with the successful tenderer(s) of each Lot for a period of 3 years. If satisfied with the performance and operation of the contracts; and subject to further annual determinations by HCC the Council may extend the contracts beyond the initial 3 year term by a further period(s) of 12 months for up to a further 3 years. All extensions shall be subject to any earlier determination from HCC following their annual funding review processes.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Open Framework for Alternative Provision

1. The key Service Aim is to support the Council’s priorities identified in the Council plan | Westmorland and Furness Council). Service Vision 2. The vision for the service is to ensure that all children, regardless of circumstance or setting, receive a good education. The service therefore is committed to ensuring all alternative provision commissioned for a child or young person in Westmorland and Furness is of good quality, registered where appropriate, and delivered by high quality staff with suitable training, experience and safeguarding checks. 3. All alternative provision that is commissioned must be suitable to a child or young person’s age, ability and aptitude and any special educational needs (SEN) they may have. 4. All children and young people will make good progress against outcomes, identified prior to the start of a placement with a Provider and will have access to meaningful qualifications. This will mean they are equipped to progress onto the next stage in their educational career and are enabled to participate and contribute positively to society in the future. 5. Placements into alternative provision will always be made with the child or young person’s reintegration back into mainstream education or move onto a sustained post-16 destination in mind. 6. The placement of a child or young person with a Provider is consistent with the efficient use of resources. Service Description 7. The following Services are in scope of this specification: Lot 1: Alternative Provision where the provider is registered with Ofsted (or an equivalent body). This may include providers who are registered with Ofsted, but the category of their registration does not include learners to whom they are offering alternative provision. Lot 2: Alternative Provision where the provider is not registered with Ofsted (or an equivalent body) Lot 3: Alternative Provision for pupils with medical conditions that prevent their attendance at school. The Framework will be managed with providers being placed on either Provider List A or B. The criteria for being on each list is as follows: • List A is for Registered Providers and therefore those applying to Lot 1 would be placed on this list. It is also possible those applying for Lot 3 could also be a registered provider and be placed on List A. List B is for Providers who are unregistered whether applying for Lot 2 and or Lot 3.

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete