Notice Information
Notice Title
The Provision of a High Support Hostel for Rough Sleepers
Notice Description
The City of London Corporation (The City) is undertaking a 1 stage procurement process in relation to a High Support Hostel for Rough Sleepers (the 'Service'). The Service will commission a supported accommodation service for former rough sleepers with high/complex support needs who need to live in a supported environment for a period after living on the streets. The Service will support rough sleepers to move off the streets, have their immediate health, support and care needs met, promote recovery and stabilisation, leading to resettlement into suitable long-term accommodation. The procurement seeks to attract tenders from suitably qualified support providers who can offer a building (of an appropriate size, standard and location) as part of the tender from which they can offer this service. The building needs to be within easy reach of the Square Mile (within 2 miles of any boundary) because rough sleepers from the City may not be willing to move into accommodation that is too far away from their sleep site. The building has to have 25 - 30+ single bedrooms so as to allow for sufficient economies of scale, given the amount of support that will need to be provided on site. Ideally, the building should provide some separation of the space so as to allow younger, more chaotic rough sleepers, to be slightly separated from the older rough sleepers who are more likely to have mental health needs Organisations should note that the total fixed budget for this Service is PS3,500,000 and is based on a core budget of 700,000 GBP per annum. 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 October 2021 to 30th September 2024. Additional information: This procurement process is being undertaken using the electronic tendering system 'Capital eSourcing' (url:www.capitalesourcing.com). Organisations interested in providing the Service under this procurement, project reference: prj_COL_18204 must 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 on 07.04.2021 in order to participate. 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 requirements of the Service are set out in the procurement documents, particularly the Service Specification - available from: https://www.capitalesourcing.com Organisations should note that the total fixed budget for this Service is PS3,500,000 and is based on a core budget of 700,000 GBP per annum. 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-0cc013bd-aebd-4886-a541-1e220ba3ae7d
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/2b85650b-2a1f-40dc-80be-9254af358de1
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85000000 - Health and social work services
Notice Value(s)
- Tender Value
- £3,500,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 18 Mar 20214 years ago
- Submission Deadline
- 7 Apr 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 30 Sep 2021 - 30 Sep 2023 1-2 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CITY OF LONDON CORPORATION
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- EC2P 2EJ
- Post Town
- Central London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI43 Haringey and Islington
- Delivery Location
- TLI London
-
- Local Authority
- Islington
- Electoral Ward
- Clerkenwell
- Westminster Constituency
- Islington South and Finsbury
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/2b85650b-2a1f-40dc-80be-9254af358de1
18th March 2021 - Opportunity notice on Contracts Finder -
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-0cc013bd-aebd-4886-a541-1e220ba3ae7d-2021-03-18T08:26:50Z",
"date": "2021-03-18T08:26:50Z",
"ocid": "ocds-b5fd17-0cc013bd-aebd-4886-a541-1e220ba3ae7d",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_261916/926393",
"title": "The Provision of a High Support Hostel for Rough Sleepers",
"description": "The City of London Corporation (The City) is undertaking a 1 stage procurement process in relation to a High Support Hostel for Rough Sleepers (the 'Service'). The Service will commission a supported accommodation service for former rough sleepers with high/complex support needs who need to live in a supported environment for a period after living on the streets. The Service will support rough sleepers to move off the streets, have their immediate health, support and care needs met, promote recovery and stabilisation, leading to resettlement into suitable long-term accommodation. The procurement seeks to attract tenders from suitably qualified support providers who can offer a building (of an appropriate size, standard and location) as part of the tender from which they can offer this service. The building needs to be within easy reach of the Square Mile (within 2 miles of any boundary) because rough sleepers from the City may not be willing to move into accommodation that is too far away from their sleep site. The building has to have 25 - 30+ single bedrooms so as to allow for sufficient economies of scale, given the amount of support that will need to be provided on site. Ideally, the building should provide some separation of the space so as to allow younger, more chaotic rough sleepers, to be slightly separated from the older rough sleepers who are more likely to have mental health needs Organisations should note that the total fixed budget for this Service is PS3,500,000 and is based on a core budget of 700,000 GBP per annum. 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 October 2021 to 30th September 2024. Additional information: This procurement process is being undertaken using the electronic tendering system 'Capital eSourcing' (url:www.capitalesourcing.com). Organisations interested in providing the Service under this procurement, project reference: prj_COL_18204 must 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 on 07.04.2021 in order to participate. 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 requirements of the Service are set out in the procurement documents, particularly the Service Specification - available from: https://www.capitalesourcing.com Organisations should note that the total fixed budget for this Service is PS3,500,000 and is based on a core budget of 700,000 GBP per annum. 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.",
"datePublished": "2021-03-18T08:26:50Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "London",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 3500000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2021-04-07T12:00:00+01:00"
},
"contractPeriod": {
"startDate": "2021-10-01T00:00:00+01:00",
"endDate": "2023-09-30T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/2b85650b-2a1f-40dc-80be-9254af358de1",
"datePublished": "2021-03-18T08:26:50Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "Link to eSourcing Portal",
"url": "http://www.capitalesourcing.com"
}
]
},
"parties": [
{
"id": "GB-CFS-118457",
"name": "City of London Corporation",
"identifier": {
"legalName": "City of London Corporation"
},
"address": {
"streetAddress": "City of London Corporation, Guildhall, PO Box 270",
"locality": "London",
"postalCode": "EC2P 2EJ",
"countryName": "England"
},
"contactPoint": {
"name": "Chris Mulhall, Category Manager, City Procurement",
"email": "Chris.mulhall@cityoflondon.gov.uk",
"telephone": "+442073321420"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-118457",
"name": "City of London Corporation"
}
}