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
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