Section one: Contracting authority/entity
one.1) Name and addresses
City of London Corporation
Guildhall
London
Mohammad.Mostafa@cityoflondon.gov.uk
Telephone
+44 2076063030
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Contract Modification Notice for the Rough Sleeping Outreach Service
Reference number
prj_COL_15199
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement at the time of conclusion of the contract:
The Service to be procured from the proposed contract is classified under Schedule 3 of the Public Contracts Regulations 2015 as 'Health and social work services'. Therefore, the Service advertised in the Official Journal of the European (OJEU), 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 requirements of the Service are set out in the procurement documents, particularly the Service Specification - available from: https://www.capitalesourcing.com
The service provider will:
- Respond to the self referrals of people sleeping rough within 6 hours and within 12 hours for all other referrals
- Design, deliver and monitor a specific information gathering network for residents, businesses, stakeholders and the council built on Streetlink.
- Offer new rough sleepers a route off the street within 72 hrs
- Deliver a street based shift every night or early morning
- Ensure a casework service is operating weekdays during office hours
- Increase the annual proportion of new individuals not spending a second night out to 63%
- Increase the number of reconnections
- Reduce the number of those joining the 'Living on the Streets' cohort
- Reduce those categorised as 'Living on the Streets' year on year
- Reduce the headline Street Count figure year on year
- Increase the proportion of moves from the street into accommodation
- Facilitate six street counts a year
- Lead the local response to the Serious Weather Emergency Protocol (SWEP) when activated
The duration of the contract is three (3) years, with the option to extend up to two (2) further years in annual increments. The Contract is intended to commence 1st August 2020 to 31st July 2023. Organisations should note that the estimated budget for this Service will be up to 2,250,000 GBP and is based on one core budget (c360,000 GBP per annum) and conditional contributions externally (c90,000 GBP per annum). The Contracting Authority cannot therefore guarantee the level of external conditional contributions received for the Service and reserves the right to include caveats within the procurement documents relating to the external conditional contributions. Furthermore the Contracting Authority reserves the right to vary the contract to include additional funding and service deliverable(s) - see the procurement documents for further information with regard to these elements.
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
48
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.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2020/S 212-520717
Section five. Award of contract/concession
Contract No
col_CON_19666
Title
The Provision of a Rough Sleeping Outreach Service
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
1 November 2020
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Thames Reach Charity
29 Peckham Road, Southwark
London
SE5 8AU
Country
United Kingdom
NUTS code
- UKI - London
National registration number
10098652
The contractor/concessionaire is an SME
No
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £1,769,194
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Courts of Justice
Strand
London
WC2A 2Ll
Country
United Kingdom
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 85000000 - Health and social work services
seven.1.3) Place of performance
NUTS code
- UKI - London
seven.1.4) Description of the procurement:
The Rough Sleeper Street Outreach Service will work to identify and support street homeless individuals within the City of London to engage and prepare for a resettlement pathway. The outreach service makes a critical contribution to the City’s aim of ending rough sleeping, through ensuring new rough sleepers are located and responded to with an offer of accommodation, and that no-one is left being homeless without a plan to bring their rough sleeping to an end.
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
48
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£2,301,729.35
seven.1.7) Name and address of the contractor/concessionaire
Thames Reach Charity
29 Peckham Road, Southwark
London
SE5 8UA
Country
United Kingdom
NUTS code
- UKI - London
National registration number
10098652
The contractor/concessionaire is an SME
No
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
Earlier Modifications since the Contract was concluded
As provided for within the original Notice number 2019/S 246-606364 and notice reference 2019-042892, the City, as the Contracting Authority, reserved the right to extend, and vary the contract to include additional funding and service deliverables. Since the contract was entered into, it has been varied within the permitted scope of Regulation 72 (1) (a) and 72 (1) (e) of the Public Contracts Regulations 2015 to take on board the following:-
• Additional RSI funding the Contracting Authority received in April 2021 to supplement the contract with additional Outreach resource, and the addition of a Mobile Intervention Support Team (MIST) Service.
• Continuation of the Outreach service in April 2022, and additional RSI funding to spot purchase accommodation for street homeless clients in periods of extreme cold weather.
• In April 2023 an extension of the MIST Service.
• Extension of the contract for one year with effect from the 1st November 2023 and to vary the contract to include additional RSI funding received, and additional winter support.
All the Earlier Modifications have been within the permitted scope of both Regulations 72 (1) (a) and 72 (1) ( e ), and therefore there was no need for the Contracting Authority to publish an earlier Modification Notice. All Earlier Modifications are within the value of the estimated budget for the Service set out in the original Notice.
Latest Modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee (Art. 43(1)(c) of Directive 2014/23/EU, Art. 72(1)(c) of Directive 2014/24/EU, Art. 89(1)(c) of Directive 2014/25/EU)
Abnormally high UK inflation in the period following the COVID lockdown, exacerbated by international events caused a cost of living crisis affecting all parts of the UK. Due to this crisis, our providers agreed to pay awards for their employees to partly meet the increases in elements such as utilities, rent, mortgage rates and food. At the time the tender was submitted for the contract, the implications of the cost of living crisis could not have been foreseen by the bidders.
seven.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
Cost of living increase for the financial year 2024/2025 following provider pay award.
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £2,301,729.35
Total contract value after the modifications
Value excluding VAT: £2,330,991.90