Tender

SPS 2559 - Rough Sleeper Pathway

  • Royal Borough of Greenwich

F02: Contract notice

Notice identifier: 2022/S 000-008120

Procurement identifier (OCID): ocds-h6vhtk-032652

Published 25 March 2022, 11:27am



Section one: Contracting authority

one.1) Name and addresses

Royal Borough of Greenwich

3rd Floor, The Woolwich Centre, 35 Wellington Street, Woolwich

London

SE18 6HQ

Contact

Mr Nick Walker

Email

nick.walker@royalgreenwich.gov.uk

Telephone

+44 7771668387

Country

United Kingdom

NUTS code

UKI51 - Bexley and Greenwich

Internet address(es)

Main address

http://www.royalgreenwich.gov.uk/

Buyer's address

http://www.royalgreenwich.gov.uk/

one.3) Communication

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

https://royalgreenwich.proactishosting.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://royalgreenwich.proactishosting.com/

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

SPS 2559 - Rough Sleeper Pathway

Reference number

DN604310

two.1.2) Main CPV code

  • 85310000 - Social work services

two.1.3) Type of contract

Services

two.1.4) Short description

The Royal Borough of Greenwich is seeking to commission a service for the provision of supported housing and intensive support for rough sleepers. This service is designed to improve outcomes for rough sleepers and resolve their homelessness, in line with the Royal Borough of Greenwich Homelessness Strategy, the Government’s Rough Sleeping Strategy and the Homelessness Reduction Act 2017.

The Rough Sleeping 22-25 Pathway consists of three Lots:

Lot 1 Assessment Beds

Lot 2 Housing First Support Service

Lot 3 Providing a Navigation Service

two.1.5) Estimated total value

Value excluding VAT: £2,178,386

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Lot 1 - Assessment Beds

Lot No

1

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKI51 - Bexley and Greenwich

two.2.4) Description of the procurement

The service will provide bedspaces for rough sleepers and people at risk of rough sleeping in Greenwich. These will be utilised as Assessment Beds, where rough sleepers receive rapid assessments of their support needs and preferred move-on plan. They may also be used at “step-down” accommodation, for former rough sleepers who are struggling to sustain an existing tenancy.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 55

Quality criterion - Name: Interviews / Weighting: 5

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £376,487

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

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Royal Borough of Greenwich reserves the right to extend the Contract for a period or periods of up to a further 24 months making a total possible contract period of 5 years.

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

Price is not the only award criterion and all criteria are stated in the procurement documents. Suppliers will be expected to deliver social value as part of the delivery of the contract.

two.2) Description

two.2.1) Title

Lot 2 - Housing First

Lot No

2

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKI51 - Bexley and Greenwich

two.2.4) Description of the procurement

The service will provide intensive, floating support to rough sleepers who have been successfully referred into the Housing First pathway. This will be 10 new clients yearly from 2022-2025.

It will also include provision of support to the 11 existing Housing First clients.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 55

Quality criterion - Name: Interviews / Weighting: 5

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £522,000

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

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Royal Borough of Greenwich reserves the right to extend the Contract for a period or periods of up to a further 24 months making a total possible contract period of 5 years.

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

Price is not the only award criterion and all criteria are stated in the procurement documents. Suppliers will be expected to deliver social value as part of the delivery of the contract.

two.2) Description

two.2.1) Title

Lot 3 - Navigation Service

Lot No

3

two.2.2) Additional CPV code(s)

  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKI51 - Bexley and Greenwich

two.2.4) Description of the procurement

The service will provide holistic support to rough sleepers, former-rough sleepers and people at risk of rough sleeping.

The objectives are:

- End the need to sleep rough and prevent homelessness in Royal Greenwich

- Provide holistic floating support to clients at varying stages of their homelessness journey, including rough sleepers, people in temporary accommodation and people in

- Promote systematic change and destigmatising of homelessness, addiction and people with complex needs

- Undertake a rapid and comprehensive assessment of each rough sleeper referred into the service to identify their support needs and create a suitable support plan

- Provide regular progress reports to the Rough Sleeping Coordinator at RBG

- Attend fortnightly Task & Target Meetings, chaired by the Rough Sleeping Coordinator, for case discussion, updates and actions

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 55

Quality criterion - Name: Interviews / Weighting: 5

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,279,899

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

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Royal Borough of Greenwich reserves the right to extend the Contract for a period or periods of up to a further 24 months making a total possible contract period of 5 years.

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

Price is not the only award criterion and all criteria are stated in the procurement documents. Suppliers will be expected to deliver social value as part of the delivery of the contract.


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.2.2) Contract performance conditions

Details are in the procurement documents (ITT pack).

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: Yes

four.2) Administrative information

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

Date

25 April 2022

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

25 April 2022

Local time

1:00pm

Place

Royal Borough of Greenwich offices.

Information about authorised persons and opening procedure

Council officers will be opening the tenders at the Royal Borough of Greenwich offices.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This procurement will be managed electronically via the RBG Proactis e- tendering Suite. To participate in this procurement, participants shall first be registered on the eTendering Suite. If bidders have not yet registered on the eTendering Suite, this can be done online at https://royalgreenwich.proactishosting.com/ and click on the tab ‘supplier registration’. Note: registration may take some time, therefore, please ensure that you allow enough time to register. Full instructions for registration and use of the system can be found at https://supplierhelp.due-north.com/ For technical assistance on use of the eSourcing Suite, please contact Proactis Helpdesk Freephone: 0345 0103503. Once registration is completed, the registered user will receive a notification email to alert them that this has been done. A registered user can express an interest for a specific procurement. This is done by looking at the opportunity’s section and selecting the contract you want to tender for.

As a user of the e-Tendering Suite, you will have access to Proactis e-Portal email messaging service which facilitates all messages sent to you and from you in relation to any specific. Tender event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. All communications relating to this tender exercise must be via e-portal messaging system. No direct emails to officers will be answered unless you are having problems communicating through the portal. This process aims to improve audit trails as well as avoid duplication. Please note, social value considerations are included in this contract. Details are stated in the tender documents.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

1 Royal Courts of Justice, Strand

London

WC1A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Cabinet Office

London

SW1A 2AS

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Royal Borough of Greenwich has incorporated a minimum 10 calendar day standstill period after notification to unsuccessful applicants of the award decision.

six.4.4) Service from which information about the review procedure may be obtained

Royal Borough of Greenwich

35 Wellington Street

London

SE18 6HQ

Country

United Kingdom