Tender

Tri-Borough Staging Post

  • City of London Corporation

F02: Contract notice

Notice identifier: 2024/S 000-014366

Procurement identifier (OCID): ocds-h6vhtk-04573e

Published 3 May 2024, 2:17pm



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 2076063030

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

https://www.cityoflondon.gov.uk

Buyer's address

https://www.capitalesourcing.com

one.3) Communication

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

https://www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.capitalesourcing.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

Tri-Borough Staging Post

Reference number

itt_COL_18255

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 City of London Corporation (The City) is undertaking a 1 stage procurement process in relation to the provision of a Tri-Borough Staging Post (the 'Service').

two.1.5) Estimated total value

Value excluding VAT: £838,842

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

The Service to be procured from the proposed contract is classified under Schedule 3 of the Public Contracts Regulations 2015 as "Provision of services to the community". Therefore, the Service advertised i.e. this contract notice, falls among those listed in Annex XIV to Directive 2014/24/EU and the full obligations set out in that directive do not apply. For the avoidance of doubt, the contract is to be procured in accordance with the Public Contracts Regulations 2015 Regulations 74 to 78, more commonly known as the Light Touch Regime. The precise procurement process to be used is as described in the procurement documents.

The service will aim to support current and former rough sleepers from a Tri Borough Partnership of City of London, London Borough of Hackney and London Borough of Tower Hamlets; moving from various temporary accommodation solutions and straight from the streets on a Staging Post basis. Clients coming straight from the streets will already be well known to the referring authority and not referred for initial assessment.

The service is designed as an interim arrangement for clients that have already undergone assessment; to sustain a low threshold accommodation model for rough sleepers until such a time as move on accommodation becomes available. Target stay is 12 weeks but can be flexed due to need.

The primary focus of the service will be supporting clients with steps needed to achieve their move on successfully.

There will be an equal 7 / 7 / 7 split of bedspaces between the tri-borough with placements offered on a “like for like” basis to ensure parity. However, LA leads can agree to override this to prevent any void losses and any such decision will be communicated clearly

Move on is to be identified by the referring borough but also sourced by the support service.

The City of London Corporation is the lead commissioner for the service on behalf of the Tri-Brough partnership.

The proposed length of this contract is to be 3 months with an option to extend for a further 6 months and further subsequent 12 months subject to funding and satisfactory performance. There is currently no funding in place beyond the initial 3 months.

There is no Housing Benefit element to this service. Placements are funded by the local authority as Temporary Accommodation.

The estimated total value of the contract is also stated in II.1.5) and II.2.6) of this notice and is for the entire duration, i.e. including the optional extensions.

two.2.5) Award criteria

Quality criterion - Name: Technical and Responsible Procurement / Weighting: 70%

Cost criterion - Name: Commercial / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £838,842

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

Duration in months

3

This contract is subject to renewal

Yes

Description of renewals

Extension for a further 6 months and further subsequent 12 months subject to funding and satisfactory performance. There is currently no funding in place beyond the initial 3 months.

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

31 May 2024

Local time

12:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

31 May 2024

Local time

12:00pm


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 'CapitaleSourcing' (url:www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free.

This is a one stage procurement process; therefore, suppliers will need to register an interest on the system and submit a tender submission no later than 12.00 noon on 31/05/2023 in order to participate.

Tender submissions cannot be uploaded after the return deadline.

The estimated value given at II.2.6) is for the full duration of the contract, which is up to 21 months. The estimated annual contract value is therefore £479,937

The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the contract or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights then it will not be responsible for, or pay the expenses or losses, which may be incurred by any candidate or tenderer as a result. Economic operators are solely responsible for their costs and expenses incurred in connection with the preparation of their tender submissions and all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by the economic operators.

The Service advertised in this notice falls under the services listed in Annex XIV to Directive 2014/24/EU of the European Parliament and of the Council and the contracting authority is not obliged to follow The Public Contracts Regulations 2015 in full. The procurement process that will apply to the Service is specified in the procurement documents accordingly.

Any questions relating to this procurement must be made via the correspondence area in the Capital eSourcing system.

six.4) Procedures for review

six.4.1) Review body

High Court, Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

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

High Court, Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom