Tender

PROVISION OF A ROUGH SLEEPER ASSESSMENT CENTRE

CITY OF LONDON CORPORATION

This public procurement record has 1 release in its history.

Tender

06 Apr 2023 at 11:34

Summary of the contracting process

The City of London Corporation is seeking tenders for the provision of a Rough Sleeper Assessment Centre. The procurement process involves seeking a Service Provider to manage the assessment centre for rough sleepers within London. The contract duration is initially for 3 years, extendable up to 5 years at the City's discretion. The maximum annual price ceiling is set at £495,000. The procurement method is an open procedure above a certain threshold with a tender submission deadline of 12:00 noon on 19th May 2023.

This tender presents an opportunity for organisations in the health and social work services industry, especially those experienced in providing services to the community. Small and medium enterprises (SMEs) are well-suited to compete in this procurement process. The contract period is from 1st November 2023 to 31st October 2028. Interested suppliers need to register on the electronic tendering system 'CapitaleSourcing' to participate in this one-stage procurement process. Any questions regarding this procurement should be directed through the Capital eSourcing system.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

PROVISION OF A ROUGH SLEEPER ASSESSMENT CENTRE

Notice 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 PS495,000 per annum. This equates to PS1,485,000 for the initial 3 year period, and a maximum of PS2,475,000 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. Additional information: 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 PS495,000) 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.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-d9d1097c-6763-4bd4-9f77-7b165f44b813
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/365f14ae-4fcd-40d8-ac28-706ab9429960
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
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
£2,475,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Apr 20232 years ago
Submission Deadline
19 May 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Nov 2023 - 31 Oct 2028 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-d9d1097c-6763-4bd4-9f77-7b165f44b813-2023-04-06T12:34:50+01:00",
    "date": "2023-04-06T12:34:50+01:00",
    "ocid": "ocds-b5fd17-d9d1097c-6763-4bd4-9f77-7b165f44b813",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_266960/1199708",
        "title": "PROVISION OF A ROUGH SLEEPER ASSESSMENT CENTRE",
        "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 PS495,000 per annum. This equates to PS1,485,000 for the initial 3 year period, and a maximum of PS2,475,000 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. Additional information: 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 PS495,000) 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.",
        "datePublished": "2023-04-06T12:34:50+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 1485000,
            "currency": "GBP"
        },
        "value": {
            "amount": 2475000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2023-05-19T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2023-11-01T00:00:00Z",
            "endDate": "2028-10-31T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/365f14ae-4fcd-40d8-ac28-706ab9429960",
                "datePublished": "2023-04-06T12:34:50+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "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": "Mohammad Mostafa",
                "email": "mohammad.mostafa@cityoflondon.gov.uk",
                "telephone": "02073323819"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-118457",
        "name": "City of London Corporation"
    }
}