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

2 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

Support for Victims of Modern Slavery (SVMS) Contract

Modern Slavery is an umbrella term that encompasses human trafficking, slavery, servitude and forced or compulsory labour. It cruelly destroys the lives of victims who are exploited by criminals for profit, often in seemingly legitimate businesses. The Modern Slavery Unit, within the Home Office's Modern Slavery Directorate, is responsible for leading the Government's response to modern slavery. Modern slavery is a barbaric crime that dehumanises people for profit. The Government is committed to tackling it in all its forms and to giving survivors the support and certainty they need to recover. The UK is committed to meeting its obligations and to providing effective support to ensure that victims are assisted in their recovery from their experiences of exploitation or trafficking. These obligations are currently met through the Modern Slavery Victim Care Contract (MSVCC) which provides specialist support to adult victims of exploitation and trafficking identified through the NRM in England and Wales, as well as support delivered through wider state services. The new Support for Victims of Modern Slavery (SVMS) contract will replace the MSVCC. The SVMS service will lift modern slavery victims out of exploitation, keep them safe, and provide temporary tailored needs-based support to assist them in their recovery and reduce their risk of re-exploitation. It will be innovative, flexible, responsive to demand, and adaptive to the needs of service users. It will facilitate the smooth transition of Service Users out of the service when contracted support is no longer required, through alignment with other statutory services and productive partnerships with statutory and non-statutory organisations. It will harness new data and technology advancements to support Service Users and deliver contract efficiency. The following key pillars and enablers will be required as part of SVMS service provision. Support worker: each Service User is assigned a Support Worker who plays a central role in their recovery. Support Workers complete the assessment process, develop Support Plans and conduct monthly support meetings with Service Users to review progress and adjust support as needed. This includes providing referrals, advocacy and access to services across social, legal, psychological and health domains. Support Workers operate to defined minimum standards to ensure a high quality and consistent level of support across all cases, receive enhanced, trauma-informed training and have access to specialist resources for complex cases. Emphasis is placed on consistency of care, ensuring that Service Users experience reliable and coordinated support across geographical areas. Suppliers shall respond to the needs of staff, ensuring their safety and supporting their overall well-being. Accommodation: Service Users at risk of re-exploitation or destitution can access safe accommodation that meets their needs and level of independence. A range of shared single sex, family and individual units will be available, which must meet minimum standards stipulated in the Authority's requirements and be regularly and well maintained. A transport service safely transports Service Users to the accommodation and on to alternative accommodation when they are required to exit. Most service users will not require accommodation from the service and will receive outreach support. Financial support: Service Users will be paid means-tested financial support payments to meet their essential living needs and recovery needs. A deposit grant and move-in funding is available to help eligible Service Users secure suitable long-term accommodation. Psychological assistance: Service Users are entitled to psychological assistance, including a Mental Health Assessment by a qualified healthcare professional. Should the assessor deem local NHS service wait times do not align to the urgency of the identified need, the Service User would be in scope to receive short-term therapeutic support. This support is documented in a Psychological Support Plan. Referrals are made by Support Workers, and therapy is primarily delivered remotely to increase accessibility. Digital tools and technology: The service includes digital solutions to enhance accessibility and engagement, including streamlined data capture and sharing across the contract, automated translation and interpretation, a victim portal for Service Users to access personal information and track progress, and a resource hub with information on rights, entitlements, and external services. The Supplier will design, maintain, and report on these systems as part of monitoring and evaluation. Partnership working across the supply chain and a range of external support providers and stakeholders such as local authorities, job centres, GPs and asylum support services will ensure Service Users can access longer-term support pathways and transition to independence outside the service. Full details of the Authority's requirements are available by accessing the Home Office Jaggaer site signposted in this notice.

Katy Reed

Published 1 day ago
Open

Social Impact Framework

Prior Notice Published: UK-0339 The East of England NHS Collaborative Procurement Hub intends to establish a multi-lot framework agreement to support the commissioning of services that address health inequalities and the wider determinants of health. The framework will offer a compliant, structured route for NHS organisations, Integrated Care Boards (ICBs), local authorities, and other public sector bodies to procure community-based services. It is designed to strengthen collaboration with VCSEs, SMEs, and specialist providers, with the aim of improving early access to support and reducing pressure on acute services. The framework focuses on three core themes: Voice & Influence: Enabling people and communities to shape services, exercise choice, and be active participants in decision-making. Community-Led Services for Social Impact: Supporting services led by local organisations and people, with a focus on addressing needs identified by the community. Prevention & Cessation: Commissioning services that focus on prevention, early intervention, and supporting people to make positive changes, reducing demand for crisis or acute care. Services may include, but are not limited to, support with mental health, housing, employment, financial inclusion, domestic abuse, and wider prevention services. The framework will be open to all eligible providers across the UK and will operate as an open framework under the Procurement Act 2023. You can download the Social Impact Tenderer Handbook here: http://bit.ly/44Bow0R

Katy Reed

Published 1 day ago
Open

Light Touch Framework for Supported Accommodation and Semi-independent Living for Young People

London Borough of Ealing is working with the West London Alliance members and other local authorities in establishing a light touch Framework, for a duration of 8 years (4+2+2), to procure and commission Supported accommodation and semi independent living services for Young people. The light touch framework will be for an unlimited number of providers in two lots: Lot 1 for the provision of supported accommodation (for young people aged 16-17 year) by Ofsted registered providers and Lot 2 semi-independent accommodation (for Young people aged 18+) from providers that are not Ofsted registered and the provision of floating support. Providers can apply for both lots. This is a Flexible light touch framework as outlined by Section 45 of the Procurement Act and which shall be re-opened at least twice annually. The West London Alliance and Ealing Council reserves the right to change the frequency of the openings and also open specific lots and regions based on their sufficiency requirements. The Framework has geographical regions, to ensure sufficiency of provision in the areas the London local authorities who require placements. The majority of the placements will be made in line within the London local authorities’ agenda of placing close to home, however there will be instances when young people may need to be placed at distance. Region 1- This will include service locations within the 32 London councils and also the councils of Surrey and Buckinghamshire. As majority of the councils accessing this provision are in London and neighbouring regions, majority of the placements are expected to be made in this region. Region 2 – This will include services located in the rest of the county. Local authorities will in some instances require to place young people at distance in which case they will filter for Provider with services in regions further away. The London Borough of Ealing and the West London Alliance are working with local authority partners in Barnet, Harrow, Brent, Hounslow, Hillingdon, Hammersmith and Fulham reserve the right to open, amend and create additional regions in the future based on the needs of Local Authorities. The estimated value of the services to be purchased for the entire duration of the Framework is purely indicative and cannot be guaranteed. Please see tender documents for more information. Ref: Pipeline Notice: 2025/S 000-026556

Katy Reed

Published 1 day 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