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