Section one: Contracting authority
one.1) Name and addresses
London Borough of Southwark
Southwark Council, 160 Tooley Street
London
SE1 2QH
Contact
Mr Iain Gray
Telephone
+44 2075250807
Country
United Kingdom
NUTS code
UKI44 - Lewisham and Southwark
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.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
Street outreach service for people sleeping rough – Southwark
Reference number
DN583796
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
An outreach support service for rough sleepers in Southwark
two.1.5) Estimated total value
Value excluding VAT: £2,621,200
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI44 - Lewisham and Southwark
Main site or place of performance
Within the London Borough of Southwark
two.2.4) Description of the procurement
The contracting authority's vision is for a comprehensive outreach support service for rough sleepers in Southwark, which will play a key role in supporting a reduction in the numbers of people sleeping rough on the borough’s streets, thus helping to improve a range of outcomes, including housing and health, and reducing inequalities, involvement in crime and begging.
The service will actively, and intensively, engage with people sleeping rough to support them to move away from a street-based lifestyle by providing a consistent point of contact, and building trust, to assist them in navigating support system pathways with partner agencies to meet their needs.
The service will seek to contribute to reducing the severe health and social inequalities experienced by rough sleepers. The service has a critical role to play in reducing the longevity of the impact of health inequalities experienced by this group through rapid identification of people new to the streets, as well as existing rough sleepers, and facilitation of access to appropriate system support pathways that move them away from a street-based lifestyle at the earliest opportunity.
The service must evidence a personalised approach in the delivery of engagement and interventions, and must view all service users as individuals with aspirations, resources and strengths, placing them at their centre of their individual recovery pathway, empowering them to make choices to take control over their lives and futures beyond their current situation.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 85
Quality criterion - Name: Social Value / Weighting: 5
Price - Weighting: 10
two.2.6) Estimated value
Value excluding VAT: £2,621,200
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The contracting authority reserves an option to extend the contract for a further period or periods not exceeding five (5) years.
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 contracting authority proposed to host a bidders' event on Monday 13th December 2021 from 13:30 to 15:00
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
13 January 2022
Local time
4:00pm
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
13 January 2022
Local time
4:00pm
Place
At the offices of the contracting authority
Information about authorised persons and opening procedure
Members and officers of the contracting authority only
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom