Watford Borough Council: Outreach Service for Rough Sleepers

  Watford Borough Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Outreach Service for Rough Sleepers
Notice type: Contract Notice
Authority: Watford Borough Council
Nature of contract: Services
Procedure: Open
Short Description: We are seeking to procure a service that take an imaginative approach to identifying and engaging with rough sleepers to assist them off the streets and into appropriate services.
Published: 13/08/2015 15:30
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Watford: Housing services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Watford Borough Council
      Town Hall, Watford, WD17 3EX, United Kingdom
      Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk, URL: www.watford.gov.uk, URL: www.watford.gov.uk
      Contact: Corporate Procurement Manager, Attn: Howard Hughes
      Electronic Access URL: https://www.delta-esourcing.com
      Electronic Submission URL: https://www.delta-esourcing.com

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services
      Housing and community amenities

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Outreach Service for Rough Sleepers
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UKH23 - Hertfordshire         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Housing services. Health and social work services. Social work and related services. Social work services without accommodation. Other community, social and personal services. We are seeking to procure a service that take an imaginative approach to identifying and engaging with rough sleepers to assist them off the streets and into appropriate services.
         
      II.1.6)Common Procurement Vocabulary:
         70333000 - Housing services.
         
         85000000 - Health and social work services.
         
         85300000 - Social work and related services.
         
         85312000 - Social work services without accommodation.
         
         98000000 - Other community, social and personal services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Not Provided         
         Estimated value excluding VAT: 200,000
         Currency: GBP
                        
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      As per ITT
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As per ITT
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      As per ITT
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      As per ITT      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.

      As per ITT      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         As per ITT         
         Minimum Level(s) of standards possibly required:
         As per ITT
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         
         Information and formalities necessary for evaluating if requirements are met:
         As per ITT         
         Minimum Level(s) of standards possibly required:
         As per ITT      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: Not Provided
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 14/09/2015
      Time-limit for receipt of requests for documents or for accessing documents: 23:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 15/09/2015
         Time: 12:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in days: 60
      
      IV.3.8)Conditions for opening tenders
         Date: 15/09/2015
         Time: 12:00
         Persons authorised to be present at the opening of tenders: No


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.

Bids for this opportunity must be submitted, including a completed on line questionnaire, via the procurement portal. The portal also includes further information about the project. Suppliers should read through this set of instructions and follow the process to respond to this opportunity.

The information and documents for this opportunity are available on https://www.delta-esourcing.com/delta You must register on this site to respond, registration is free, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.

Suppliers must log in, go to your Response Manager and add the following Access Code: 6GNT698A68

Please ensure that you allow sufficient time when responding to this invitation prior to the closing date and time shown on the portal as you have been asked to upload documents and complete an on-line questionnaire. Late submissions will not be accepted.

If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on 0845 270 7050 or email helpdesk@delta-esourcing.com
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Watford:-Housing-services./6GNT698A68

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6GNT698A68
GO-2015813-PRO-6928415 TKR-2015813-PRO-6928414
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Watford Borough Council
      Town Hall, Watford, WD17 3EX, United Kingdom
      Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk, URL: www.watford.gov.uk

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 13/08/2015

ANNEX A

View any Notice Addenda

View Award Notice

UK-Watford: Housing services.

Section I: Contracting Authority
   Title: UK-Watford: Housing services.
   I.1)Name, Addresses and Contact Point(s):
      Watford Borough Council
      Town Hall, Watford, WD17 3EX, United Kingdom
      Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk, URL: www.watford.gov.uk, URL: www.watford.gov.uk
      Contact: Corporate Procurement Manager, Attn: Howard Hughes
      Electronic Access URL: https://www.delta-esourcing.com
      Electronic Submission URL: https://www.delta-esourcing.com

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Outreach Service for Rough Sleepers      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 27
         Do you agree to the publication of this notice?: Yes          
         Region Codes: UKH23 - Hertfordshire         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Housing services. Health and social work services. Social work and related services. Social work services without accommodation. Other community, social and personal services. We are seeking to procure a service that take an imaginative approach to identifying and engaging with rough sleepers to assist them off the streets and into appropriate services.
      II.1.5)Common procurement vocabulary:
         70333000 - Housing services.
         85000000 - Health and social work services.
         85300000 - Social work and related services.
         85312000 - Social work services without accommodation.
         98000000 - Other community, social and personal services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 216,000
         Currency: GBP
         Excluding VAT: Yes

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Open
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Please explain your understanding of the requirements, challenges and considerations for delivering a programme to assist Rough Sleepers. - 20
         Please give details of any added value around the scheme such as your understanding of other support services available to the client group, other referrals to other schemes and how you would support Rough Sleepers to independence. - 20
         Please explain how you will allow for flexibility to alter the program to react to issues faced as the program continues. - 5
         Please give details of how your team will be managed in delivering this project. To include examples of the reporting structure, supervision arrangements, staff/volunteer selection, response to complaints/concerns and training. - 10
         Provide details of staff/company experience and knowledge of delivering on such projects; to include as a minimum a methodology, project programme design, key personnel (including CVs) and a supporting statement that demonstrates your awareness of the issues facing this client group. - 40
         Please provide detailed examples of risk assessments or safe systems of work used when undertaking such activities. - 5
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided          
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2015/S 158 - 290913 of 18/08/2015
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 21/09/2015      
      V.2) Information About Offers
         Number Of Offers Received: 2          
         Number Of Offers Received By Electronic Means: 2       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Watford New Hope Trust
         Postal address: 67 Queens Road
         Town: Watford
         Postal code: WD17 2QN
         Country: United Kingdom
         Email: pbelfield@newhope.org.uk
         Telephone: +44 1923210680
         Internet address: www.newhope.org.uk
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 54,000
            Currency: GBP

         If annual or monthly value:
            Number of years: 4
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=162520802
GO-2015922-PRO-7099811 TKR-2015922-PRO-7099810   
   VI.3.1)Body responsible for appeal procedures:
      Watford Borough Council
      Town Hall, Watford, WD17 3EX, United Kingdom
      Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk, URL: www.watford.gov.uk
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 22/09/2015