Section one: Contracting authority
one.1) Name and addresses
Liverpool City Region Combined Authority
1 Mann Island
Liverpool
L3 1BP
Contact
Procurement Team
tender@liverpoolcityregion-ca.gov.uk
Country
United Kingdom
NUTS code
UKD7 - Merseyside
Internet address(es)
Main address
https://www.liverpoolcityregion-ca.gov.uk/
Buyer's address
https://www.liverpoolcityregion-ca.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Assertive Outreach
Reference number
DN600786
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 Liverpool City Region Combined Authority (LCRCA) wishes to appoint a Service Provider to provide an Assertive Outreach Service for rough sleepers across the boroughs of Halton, Knowsley and St Helens within the Liverpool City Region. This service will meet the needs of individuals rough sleeping and those at risk of rough sleeping. The service will work cross mental and physical health, adult social care and local authority homelessness services to ensure individuals receive the support they need to move off the streets and into the homeless pathway.
The Initial Term of the Contract will be for 2 Years 9 months commencing on the 1 July 2022 to 31 March 2025, but with a proviso in the Contract documentation for the LCRCA to have an option to extend the Contract up to a maximum of 3 years, after the Initial Term. The Contract will be monitored throughout the Initial Term and extension period of the Contract.
The value of the contract could be £502,864.69 (for 2022-2025) but this is subject to funding and may decrease depending on the outcome of Rough Sleeper Initiative submission for 2022-2025. The funding is expected to cover the period of 1 July 2022 – 31 March 2025 (‘Initial Term’). After this time, if there is continued funding from DLUHC for RSI to enable us to continue with the Assertive Outreach Service, then it is possible that the LCRCA may wish to extend the Contract up to a maximum of three years (as one three-year extension or as three one-year extensions, depending on how funding is awarded).
The Service Provider should note that figures are therefore for guidance purposes only and are subject to change. Service Providers should therefore place no reliance on this and should realistically and competitively tender for the services.
two.1.5) Estimated total value
Value excluding VAT: £1,005,729.38
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
two.2.4) Description of the procurement
The Liverpool City Region Combined Authority (LCRCA) wishes to appoint a Service Provider to provide an Assertive Outreach Service for rough sleepers across the boroughs of Halton, Knowsley and St Helens within the Liverpool City Region. This service will meet the needs of individuals rough sleeping and those at risk of rough sleeping. The service will work cross mental and physical health, adult social care and local authority homelessness services to ensure individuals receive the support they need to move off the streets and into the homeless pathway.
The Initial Term of the Contract will be for 2 Years 9 months commencing on the 1 July 2022 to 31 March 2025, but with a proviso in the Contract documentation for the LCRCA to have an option to extend the Contract up to a maximum of 3 years, after the Initial Term. The Contract will be monitored throughout the Initial Term and extension period of the Contract.
The value of the contract could be £502,864.69 (for 2022-2025) but this is subject to funding and may decrease depending on the outcome of Rough Sleeper Initiative submission for 2022-2025. The funding is expected to cover the period of 1 July 2022 – 31 March 2025 (‘Initial Term’). After this time, if there is continued funding from DLUHC for RSI to enable us to continue with the Assertive Outreach Service, then it is possible that the LCRCA may wish to extend the Contract up to a maximum of three years (as one three-year extension or as three one-year extensions, depending on how funding is awarded).
The Service Provider should note that figures are therefore for guidance purposes only and are subject to change. Service Providers should therefore place no reliance on this and should realistically and competitively tender for the services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £1,005,729.38
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2022
End date
31 March 2025
This contract is subject to renewal
Yes
Description of renewals
The Initial Term of the Contract will be for 2 Years 9 months commencing on the 1 July 2022 to 31 March 2025, but with a proviso in the Contract documentation for the LCRCA to have an option to extend the Contract up to a maximum of 3 years, after the Initial Term (as one three-year extension or as three one-year extensions, depending on how funding is awarded).
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
two.2.14) Additional information
The tender documents are available on The Chest (www.the-chest.org.uk) under reference DN600786.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
25 April 2022
Local time
11:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 April 2022
Local time
11:00am
Place
The Chest (www.the-chest.org.uk)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: The procurement process will start approximately nine months before the end of the contract.
six.3) Additional information
In case of a group of bidders, the Liverpool City Region Combined Authority (LCRCA) may require the group of operators to assume a specific legal form if deemed by the LCRCA as being necessary for the satisfactory performance of the contract.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Review procedures are as set out in the Public Contracts Regulations 2015.
Proceedings under the Public Contracts Regulations 2015 are time limited and any such proceedings must be brought in the High Court of England and Wales.