Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Framework for the Provision of Temporary Accommodation

  • First published: 28 June 2024
  • Last modified: 28 June 2024
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-02f089
Published by:
Torbay Council
Authority ID:
AA21747
Publication date:
28 June 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Torbay Council are looking for a range of providers to provide temporary accommodation

services, which will form part of a range of measures in Torbay aimed at ensuring our citizens

have access to safe, quality temporary and long-term accommodation that meets their

needs.

The types of Accommodation we are looking for include:

• Single bedroom shared facilities – rooms in a shared house; house of multiple occupation

(HMO).

• Single bedroom self-contained – exclusive use of accommodation with its own access and

no shared facilities.

• Single bedroom self-contained (adapted) - ground floor accommodation which is adapted

for a wheelchair user.

• Single bedroom self-contained (High Risk) - can accommodate people with complex and

multiple needs.

• 2-5 Bedroom units of accommodation with its own access and no shared facilities.

In order to achieve our goals for the delivery of Temporary Accommodation in Torbay, this

opportunity will be structured as a Framework Agreement. Providers can be appointed to

any of the following Lots:

• Accommodation and housing management (Lot 1)

• Accommodation only (Lot 2)

Ideally, we are looking for providers who can supply both the accommodation and housing

management (Lot 1), but we are also keen to work with providers who are only able to meet

the accommodation requirements (Lot 2) to ensure we have access to sufficient quality

secure accommodation to meet the needs of Torbay Citizens. The Council will award

Contracts with suitable providers from Lot 1 and Lot 2 to meet our requirements for

sufficiency. These Contracts will guarantee the placements and income from the Council.

Providers have the option of bidding to be appointed to the Framework on any number of the

specified Lots. There will be no minimum unit of accommodation requirement and providers

will be invited to put forward submissions for any number of units of accommodation from

any of the Lots available on the Framework. Bidders must be the owner, leaseholder or

managing agent of the properties put forward. Providers will ensure that properties meet the

quality standards as set out in the service specification. This will include standards relating

to:

• Housing Health and Safety Rating System (HHSRS) self-assessment.

• Compliance with the provisions of the Housing Act 2004.

• Where accommodation for single households is provided in shared housing this should

comply with House in Multiple Occupation (HMO) standards and be licensed as appropriate.

• All property will be clean and in good condition.

• Fire Safety standard.

• Gas & Electric Safety checks.

• Security.

Torbay Council are keen to work in partnership with all providers appointed to the

Framework, with providers having access to a named contact within the Housing Options

Team and a contract manager. The Council will be responsible for issuing licence agreements

to those occupying temporary accommodation to ensure accommodation is provided in

accordance with the Council’s legal duty.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Torbay Council

Torbay Council Town Hall, Castle Circus

Torquay

TQ1 3DR

UK

Contact person: Miss Tracey Field

Telephone: +44 1803208391

E-mail: tracey.field@torbay.gov.uk

NUTS: UKK42

Internet address(es)

Main address: http://www.torbay.gov.uk/

Address of the buyer profile: http://www.torbay.gov.uk/

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

Framework for the Provision of Temporary Accommodation

Reference number: DN577654

II.1.2) Main CPV code

55200000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Torbay Council are looking for a range of providers to provide temporary accommodation

services, which will form part of a range of measures in Torbay aimed at ensuring our citizens

have access to safe, quality temporary and long-term accommodation that meets their

needs.

The types of Accommodation we are looking for include:

• Single bedroom shared facilities – rooms in a shared house; house of multiple occupation

(HMO).

• Single bedroom self-contained – exclusive use of accommodation with its own access and

no shared facilities.

• Single bedroom self-contained (adapted) - ground floor accommodation which is adapted

for a wheelchair user.

• Single bedroom self-contained (High Risk) - can accommodate people with complex and

multiple needs.

• 2-5 Bedroom units of accommodation with its own access and no shared facilities.

In order to achieve our goals for the delivery of Temporary Accommodation in Torbay, this

opportunity will be structured as a Framework Agreement. Providers can be appointed to

any of the following Lots:

• Accommodation and housing management (Lot 1)

• Accommodation only (Lot 2)

Ideally, we are looking for providers who can supply both the accommodation and housing

management (Lot 1), but we are also keen to work with providers who are only able to meet

the accommodation requirements (Lot 2) to ensure we have access to sufficient quality

secure accommodation to meet the needs of Torbay Citizens. The Council will award

Contracts with suitable providers from Lot 1 and Lot 2 to meet our requirements for

sufficiency. These Contracts will guarantee the placements and income from the Council.

Providers have the option of bidding to be appointed to the Framework on any number of the

specified Lots. There will be no minimum unit of accommodation requirement and providers

will be invited to put forward submissions for any number of units of accommodation from

any of the Lots available on the Framework. Bidders must be the owner, leaseholder or

managing agent of the properties put forward. Providers will ensure that properties meet the

quality standards as set out in the service specification. This will include standards relating

to:

• Housing Health and Safety Rating System (HHSRS) self-assessment.

• Compliance with the provisions of the Housing Act 2004.

• Where accommodation for single households is provided in shared housing this should

comply with House in Multiple Occupation (HMO) standards and be licensed as appropriate.

• All property will be clean and in good condition.

• Fire Safety standard.

• Gas & Electric Safety checks.

• Security.

Torbay Council are keen to work in partnership with all providers appointed to the

Framework, with providers having access to a named contact within the Housing Options

Team and a contract manager. The Council will be responsible for issuing licence agreements

to those occupying temporary accommodation to ensure accommodation is provided in

accordance with the Council’s legal duty.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 1 750 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Accommodation & Housing Management

II.2.2) Additional CPV code(s)

55100000

55200000

98340000

II.2.3) Place of performance

NUTS code:

UKK42

II.2.4) Description of the procurement

The purpose of the services provided as part of this Lot are to supply good quality furnished

temporary accommodation and housing management services to a range of households in

housing need on behalf of the Council. This will include Homeless Single people, Couples,

Families, and Care Leavers.

This could also include hotel rooms that would be used in exceptional circumstance. Hotels/

B&B provision would not usually be used for young people under the age of 18. Families

would only be accommodated in exceptional circumstances.

II.2.5) Award criteria

Price

II.2.11) Information about options

Options: Yes

Description of options:

The Authority has identified the following specific changes or modifications, some or all of

which may occur over the life of the Contract:

(a) an increase or decrease in the number and type of accommodation units provided under

the Framework or any resultant Call-Off Contract or Lease Agreement;

(b) change of standards or use as a result of legislative change such as health and safety,

planning, or any other change in legislation affecting the use or management of the

accommodation;

(c) the way the accommodation provision is managed;

(d) the way accommodation is allocated;

(e) additional self-contained units of accommodation suitable for individuals and families

fleeing domestic violence or abuse may be required at a future date, in respect of the

Authority’s duties to provide support to victims of domestic violence and their children under

the Domestic Abuse Act 2021.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Price is not the only award criterion and all criteria are stated only in the procurement

documents.

Tiers

The Framework will comprise a combination of Applicants from Lot 1 and Lot 2 split into two

tiers as follows:

a) Tier 1: This tier will include those Applicants who have scored highly enough to be awarded

a Call-Off Contract. Places will be awarded in relation to specific Units of accommodation,

this may result in some Applicants having more than one place on Tier 1.

b) Tier 2: The purpose of this tier is to enable the Council to have access to a range of

providers, providing accommodation only, through which we can spot purchase additional

units of accommodation to meet temporary increases in demand.

The Council recognises that, where a Tier 1 Contract has not been put in place the

accommodation units proposed by Applicants may not remain available to meet spot

purchasing / further competition requirements. In view of this Tier 2 will set up on a Provider

basis, rather than in respect of specific units of accommodation, enabling Providers to

propose alternative accommodation units. Applicants who are not awarded a Tier 1 place for

any of their proposed Units and who meet the mandatory and minimum requirements and all

Tier 1 Providers will automatically be awarded a single place on Tier 2.

Lot No: 2

II.2.1) Title

Accommodation Only

II.2.2) Additional CPV code(s)

55100000

55200000

98340000

II.2.3) Place of performance

NUTS code:

UKK42

II.2.4) Description of the procurement

The purposes of services provided as part of this lot are to enable the Local Authority to lease

accommodation (preferably furnished but unfurnished considered) in which they will place

Homeless Single people, Couples, Families, Care Leavers. The Council will be responsible for

the Housing Management of these properties.

II.2.5) Award criteria

Price

II.2.11) Information about options

Options: Yes

Description of options:

The Authority has identified the following specific changes or modifications, some or all of

which may occur over the life of the Contract:

(a) an increase or decrease in the number and type of accommodation units provided under

the Framework or any resultant Call-Off Contract or Lease Agreement;

(b) change of standards or use as a result of legislative change such as health and safety,

planning, or any other change in legislation affecting the use or management of the accommodation;

(c) the way the accommodation provision is managed;

(d) the way accommodation is allocated;

(e) additional self-contained units of accommodation suitable for individuals and families

fleeing domestic violence or abuse may be required at a future date, in respect of the

Authority’s duties to provide support to victims of domestic violence and their children under

the Domestic Abuse Act 2021.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Price is not the only award criterion and all criteria are stated only in the procurement

documents.

Tiers

The Framework will comprise a combination of Applicants from Lot 1 and Lot 2 split into two

tiers as follows:

a) Tier 1: This tier will include those Applicants who have scored highly enough to be awarded

a Call-Off Contract. Places will be awarded in relation to specific Units of accommodation,

this may result in some Applicants having more than one place on Tier 1.

b) Tier 2: The purpose of this tier is to enable the Council to have access to a range of

providers, providing accommodation only, through which we can spot purchase additional

units of accommodation to meet temporary increases in demand.

The Council recognises that, where a Tier 1 Contract has not been put in place the

accommodation units proposed by Applicants may not remain available to meet spot

purchasing / further competition requirements. In view of this Tier 2 will set up on a Provider

basis, rather than in respect of specific units of accommodation, enabling Providers to

propose alternative accommodation units. Applicants who are not awarded a Tier 1 place for

any of their proposed Units and who meet the mandatory and minimum requirements and all

Tier 1 Providers will automatically be awarded a single place on Tier 2.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-026908

Section V: Award of contract

Lot No: 1

Contract No: TCCS6821

Title: Framework for the Provision of Temporary Accommodation - Accommodation & Housing Management

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/07/2022

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Dalmeny House (Torquay) Limited

Torquay

UK

NUTS: UKK42

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Greenhaven Properties Ltd

Broadhempston, Totnes

UK

NUTS: UKK42

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 1 750 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: TCCS6821

Title: Framework for the Provision of Temporary Accommodation - Accommodation Only

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/07/2022

V.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Salvation Army Housing Association

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 175 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

London

UK

VI.5) Date of dispatch of this notice

27/06/2024

Coding

Commodity categories

ID Title Parent category
98340000 Accommodation and office services Miscellaneous services
55200000 Camping sites and other non-hotel accommodation Hotel, restaurant and retail trade services
55100000 Hotel services Hotel, restaurant and retail trade services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
tracey.field@torbay.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.