Tender

Rough Sleeper Navigator Service

  • City of London Corporation

F02: Contract notice

Notice identifier: 2025/S 000-006632

Procurement identifier (OCID): ocds-h6vhtk-04e62c

Published 21 February 2025, 11:44am



Section one: Contracting authority

one.1) Name and addresses

City of London Corporation

Guildhall

London

EC2P 2EJ

Email

mohammad.mostafa@cityoflondon.gov.uk

Telephone

+44 2073323456

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

https://www.cityoflondon.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://cityoflondon.ukp.app.jaggaer.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://cityoflondon.ukp.app.jaggaer.com

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Rough Sleeper Navigator Service

Reference number

ITT_44

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

The Rough Sleeper Navigator Service aims to provide enhanced, consistent and coordinated support to a targeted group of rough sleepers with multiple and complex needs, identified as "Target 1000" or "Living on the Streets". This group is defined by the number of rough sleeping episodes and contacts that they are recorded as having; demonstrating that they are high priority service users at much higher risk of developing or sustaining an entrenched rough sleeper lifestyle.

This client group, often transient, will be in a number of settings, including rough sleeping, temporarily accommodated or living in Supported Accommodation, dependant on their circumstances at the time. As such the service will be a flexible hybrid of street outreach and floating support.

This service will lead and coordinate support to address a wide range of complex service user needs and challenges,

amplifying the clients' voice and ensuring a cohesive multi agency approach to removing barriers; often extending beyond the local street outreach service's geographical scope. The primary goal is to provide support and a roadmap into sustainable accommodation solutions to end the individual's repeat rough sleeping

two.1.5) Estimated total value

Value excluding VAT: £671,667

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Detailed in the service specification at the tender portal

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £671,667

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

19

This contract is subject to renewal

Yes

Description of renewals

12 months optional extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 March 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

21 March 2025

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This tendering exercise is being undertaken using the electronic tendering system ‘City of London Corporation Sourcing & Contracts Portal’ (www.City of London Corporation Sourcing & Contracts Portal.com). Suppliers will need to register an interest on the system in order to participate and registration is free.

The estimated value given at II.2.6) is for the full duration of the contract including the maximum possible extensions. The estimated annual contract value is therefore £260,000

six.4) Procedures for review

six.4.1) Review body

High Court, Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting authority will incorporate a minimum 10 calendar days (when using electronic means) standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a contract before a contract is executed. The Public Contracts Regulations 2015 ('Regulations') provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the court has

the options to award damages and/or to shorten or order the contract ineffective.