Published date: 6 April 2023

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Closing: 19 May 2023, 12pm

Contract summary

Industry

  • Health and social work services - 85000000

Location of contract

London

Value of contract

£1,485,000 to £2,475,000

Procurement reference

tender_266960/1199708

Published date

6 April 2023

Closing date

19 May 2023

Closing time

12pm

Contract start date

1 November 2023

Contract end date

31 October 2028

Contract type

Service contract

Procedure type

Open procedure (above threshold)

Any interested supplier may submit a tender in response to an opportunity notice.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

No


Description

The City of London Corporation (the City) invites Tenders for the provision of a Rough Sleeper Assessment Centre.

The Department of Community and Children's Services of the City of London wishes to commission a Service Provider to manage an 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 duration of the contract is 3 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 2 further years. The maximum length of the contract is therefore 5 years.

Organisations should note a maximum price ceiling for the service has been set at £495,000 per annum. This equates to £1,485,000 for the initial 3 year period, and a maximum of £2,475,000 if the full 5 year service is taken up.

The services to be procured from the Contract are classified under Schedule 3 of the Public Contracts Regulations 2015 as "Provision of services to the community"

Therefore, the services advertised 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 is described in the procurement documents.


More information

Links

Additional text

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 19.05.2023 in order to participate.

Tender submissions cannot be uploaded after the return deadline.

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 fall 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.
The estimated contract value given is for the full duration of the contract including the maximum possible extensions. The estimated annual contract value is therefore £495,000)

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.

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


About the buyer

Contact name

Mohammad Mostafa

Address

City of London Corporation, Guildhall, PO Box 270
London
EC2P 2EJ
England

Telephone

02073323819

Email

mohammad.mostafa@cityoflondon.gov.uk