Tender

Street outreach service for people sleeping rough – Southwark

  • London Borough of Southwark

F02: Contract notice

Notice identifier: 2021/S 000-029495

Procurement identifier (OCID): ocds-h6vhtk-02faa6

Published 26 November 2021, 5:18pm



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

Email

Iain.Gray@southwark.gov.uk

Telephone

+44 2075250807

Country

United Kingdom

NUTS code

UKI44 - Lewisham and Southwark

Internet address(es)

Main address

http://www.southwark.gov.uk

Buyer's address

http://www.southwark.gov.uk

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