Section one: Contracting authority
one.1) Name and addresses
The Mayor and Commonalty and Citizens of the City of London
Guildhall
London
EC2P 2EJ
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.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
PROVISION OF A ROUGH SLEEPER ASSESSMENT CENTRE
Reference number
itt_COL_15741
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 awarding in relation to the provision of a Rough Sleeper Assessment Centre (the 'Service').
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £2,475,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
**PLEASE NOTE - THIS IS AN AWARD NOTICE AND THIS OPPORTUNITY IS NOW CLOSED**
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, fall 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 procurement is being run as a one stage process, resembling the open procedure and its main features - which includes the core elements of the standard Selection Questionnaire (SQ). Any organisation that considers itself able to meet the requirements of the selection criteria within the Qualification Envelope is invited to submit a tender.
The Department of Community and Children's Services of the City of London wishes to commission a Service Provider to manage a Rough Sleeper Assessment Centre for rough sleepers within the Square Mile to support the City's strategic intention to end rough sleeping.
For rough sleepers, it will provide a safe, accessible space to have their needs triaged and met while working with staff on establishing a speedy route out of street homelessness. For many - who will not have a local connection - this will include reconnection to home areas. The fundamental aim of the service is to identify a credible and sustainable route off the streets and encourage and support each service user to work with the service to take up the offer of accommodation that is being made
The successful provider will ensure that three distinct service offers are in place for service users:
1.) Initial assessment - the first 3-7 days will be used to meet the immediate mental and physical health needs of service users, undertake a rapid assessment and
determine a credible route out of homelessness for the individual.
2.) Accommodation within the pathway - where the City of London has a responsibility for housing, the service user should be found accommodation within the existing pathway in accordance with needs and availability.
3.) Accommodation via safe and supported reconnection - where the City of London has no responsibility for housing, the service user should be provided with support to return to accommodation in the area where they have a local connection.
The full requirements of the Service are set out in the procurement documents, particularly the Service Specification - available from: https://www.capitalesourcing.com
The duration of the contract is 36 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the contract by up to 24 months. The maximum length of the contract is therefore 60 months subject to performance and funding availability.
Organisations should be aware that due to the contract value (of the Service), any contract formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their tender, where appropriate.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting / Weighting: 70%
Cost criterion - Name: Commercial / Weighting / Weighting: 30%
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-010008
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 October 2023
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Thames Reach Housing Association Ltd
The Employment Academy, 29 Peckham Road, Southwark
London
SE5 8UA
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £2,475,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Courts of Justice
Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
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 option to award damages and/or to shorten or order the contract ineffective.
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