Temporary Accommodation Support Service

Award

Value

£2,381,040

Classifications

  • Social work services
  • Housing services
  • Guidance services
  • Welfare services not delivered through residential institutions
  • Vocational rehabilitation services
  • Community health services
  • Social work services with accommodation
  • Accommodation and office services

Tags

  • award
  • contract

Published

3 years ago

Description

Portsmouth City Council ('the council') has awarded a contract for a support service for individuals and families living in temporary accommodation.
The Service will comprise of accommodation based and non-accommodation based (floating) support services. In addition to the support element, the Council also requires a property management service for some of its furnished temporary accommodation. Currently support is delivered to approximately 45 households, with varying degrees of support need and frequency of visits.
The Service will consist of two elements under three Lot options:
• Accommodation based support & non-accommodation based (floating) support;
• Property management;
The council  awarded both contracts on 1 Mar 2022 to allow for service commencement on 1 Jun 2022. The contracts will be let for an initial term of 3 years which may then run for a further 5 years in increments set by the Council to a total maximum term of 8 years, subject to performance and at the sole option of the Council.
The estimated total value of the contracts for both lots is £900,000 over the initial term based on the total available budget. The annual value of both contracts may vary over the initial term due to fluctuation in demand. An open book costing model will be used alongside the contract to agree any variations over the term.
The estimated value of the contract 1 is IRO £150,000 - £200,000 per annum, between £1,200,000 - £1,600,000 over the maximum term of 8 years.
The estimated value of contract 2 is IRO of £75,000 - £100,000 per annum, £600,000 - £800,000 over the maximum term of 8 years.
In the event that term extension options are taken up on their entirety the estimated value of the contracts for both lots is an upper limit of £2,400,000 exclusive of any inflationary increases which could further increase this value.
Should further funding becoming available over the term of the contract for related services the council may seek to expand the scope of the contracts accordingly which could further increase the contract values.
An accurate forecast cannot be made regarding the level of further funding, if any, that may become available but it is not expected to equate to an increase of more than approx. 25% and therefore approx. £3,000,000 over the duration of the term. However these estimates are not guarantees and are non-binding in terms of any maximum total upper value that may be let via the contracts.

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

Temporary Accommodation Nightly Paid framework

Oldham Council is seeking to create a temporary accommodation (TA) framework for Nightly Paid consisting of highly skilled, socially aware and reputable providers to assist with the delivery of statutory temporary accommodation provision under Part VII of the Housing Act 1996. Bidders are invited to bid for all lots in it's entirety or one or more lots, provided they can deliver on the general requirements. Amongst other requirements which are detailed in the procurement documents providers will be required to provide furniture packs for each unit made available, undertake their own repairs and maintenance to the properties and certain landlord duties that provide for a safe and comfortable environment. Providers shall provide a minimum furniture package for each unit that is made available for occupation pursuant to the Framework for all Lots 1 - 5. All furniture provided must meet the Furniture and Furnishings (Fire Safety) Regulations 1988 (as amended in 1989, 1993 and 2010), furniture items and upholstery must meet minimum levels of health and fire safety. Furniture packages must also be of a reasonable standard and adequate for each household. In carrying out their due diligence and inspecting each unit before let, the provider shall take necessary steps to supply replacement furniture prior to making a dwelling available to minimise disruption and disappointment Value = £33,000,000 Ex VAT Estimated Nightly Paid Provision Framework  Lot 1 - Bedsit accommodation  Lot 2 - One bed accommodation  Lot 3 - Two bed accommodation  Lot 4 - Three bed accommodation  Lot 5 - Four bed accommodation

Katy Reed

Published 7 hours ago
Open

Temporary Accommodation Nightly Paid framework

Oldham Council is seeking to create a temporary accommodation (TA) framework for Nightly Paid consisting of highly skilled, socially aware and reputable providers to assist with the delivery of statutory temporary accommodation provision under Part VII of the Housing Act 1996. Bidders are invited to bid for all lots in it's entirety or one or more lots, provided they can deliver on the general requirements. Amongst other requirements which are detailed in the procurement documents providers will be required to provide furniture packs for each unit made available, undertake their own repairs and maintenance to the properties and certain landlord duties that provide for a safe and comfortable environment. Providers shall provide a minimum furniture package for each unit that is made available for occupation pursuant to the Framework for all Lots 1 - 5. All furniture provided must meet the Furniture and Furnishings (Fire Safety) Regulations 1988 (as amended in 1989, 1993 and 2010), furniture items and upholstery must meet minimum levels of health and fire safety. Furniture packages must also be of a reasonable standard and adequate for each household. In carrying out their due diligence and inspecting each unit before let, the provider shall take necessary steps to supply replacement furniture prior to making a dwelling available to minimise disruption and disappointment Value = £33,000,000 Ex VAT Estimated Nightly Paid Provision Framework  Lot 1 - Bedsit accommodation  Lot 2 - One bed accommodation  Lot 3 - Two bed accommodation  Lot 4 - Three bed accommodation  Lot 5 - Four bed accommodation

Katy Reed

Published 8 hours ago
Open

Provision of anti-social behaviour (ASB) / non-crime restorative service

In relation to the previously advertised tender opportunity (Notice Identifier: 2025/S 000-061252, Procurement Identifier: ocds-h6vhtk-05a5ba), the Police and Crime Commissioner for Warwickshire (PCC) received no compliant bids for Lot 2, which related to the provision of an Anti-Social Behaviour (ASB) / Non-Crime Restorative Service. As a result, the PCC has taken the decision to reapproach the market for this specific service only. This reissue applies solely to Lot 2; the other lot within the original procurement may proceed to award as planned. Following the discovery that Lot 2 in the original procurement could not be awarded, a decision has been made to reissue this opportunity as soon as possible. This will allow for consideration of any voluntary standstill period and ensure alignment, as far as practicable, with the Restorative Justice service. This notice serves to inform the market that Lot 2 from the original procurement has been terminated and will not be awarded. The PCC now invites tenders from suitably qualified providers for the delivery of restorative justice services across Warwickshire, specifically for cases where no crime has occurred. The service will form part of a Multi-Agency Restorative Justice Hub (MARJH) and will deliver restorative interventions for incidents of anti-social behaviour and other non-crime harms. The aim is to provide an accessible, proportionate, and effective early intervention option that supports victims, offenders, and communities through facilitated dialogue, mediation, and reconciliation. The contract will be awarded for an initial pilot period of one year, with the option to extend for up to four additional periods of twelve months each. The PCC has allocated an annual budget of £25,000 for the delivery of this service. This funding is provided as part of a pilot project, and if the pilot is successful and funding remains available, the same funding envelope will apply to any extension periods. The service will be excluded from the PCC’s annual grants process. Providers are encouraged to demonstrate value for money and focus resources on effective frontline service delivery. Funding for this service is partly reliant on Government grant, and where such funding is used, the associated grant terms and conditions will apply in full to the appointed service provider. This procurement is being conducted under the Light Touch Regime and falls below the relevant threshold, therefore it is outside the scope of the Procurement Act 2023. The tendering process will be managed via the PCC’s e-tendering portal, Sell2 (https://sell2.in-tend.co.uk/blpd/publictenders). Suppliers can access the opportunity free of charge by registering on the portal, logging in, navigating to the ‘Portals’ section, and selecting “Connect with Organisation” for Warwickshire Police.

Katy Reed

Published 12 hours ago

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