Tender

GLA- 27222 -Rough Sleeper programme

TRANSPORT FOR LONDON

This public procurement record has 1 release in its history.

Tender

09 Sep 2021 at 09:11

Summary of the contracting process

Transport for London is currently conducting a tender for the "GLA-27222 - Rough Sleeper programme," aimed at addressing homelessness in London. The procurement falls under the services industry category, specifically focusing on health and social work services. The tender is in the active phase and concludes on 29th October 2021, with the contract set to commence on 1st April 2022. This procurement employs an open procedure and comprises four distinct lots, with a total estimated value of approximately £48 million over a potential contract duration of six years, which includes options for extensions.

This tender presents substantial opportunities for businesses, particularly those specialising in social work and supporting homelessness services. Small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) that can deliver innovative solutions for rough sleeper support are encouraged to participate. By bidding for one of the four lots—including services like CHAIN and the Clearing House—organisations can play a pivotal role in shaping effective homelessness strategies across London while potentially securing significant contracts for the coming years.

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

Notice Title

GLA- 27222 -Rough Sleeper programme

Notice Description

FTS notice: https://www.find-tender.service.gov.uk/Notice/022355-2021 FTS Publication reference: 2021/S 000-022355 Rough sleeping is the most severe and visible form of homelessness. Under his 'Life off the Streets' programme the Mayor funds a range of pan-London rough sleeping services, with the aim that everyone sleeping rough in the capital has an immediate and sustainable route off the streets. As part of this programme, the Mayor has a suite of 'core' services; some of which are intended to be re-commissioned with new contracts commencing in April 2022. All services will be underpinned by the Rough Sleeping Commissioning Framework. The broad objectives of these services are: * To minimise the flow of new rough sleepers onto the streets * To ensure that no one lives on the streets of London * To ensure that no one returns to the streets of London. The tender will have four lots: * Lot 1 -CHAIN -Maximum estimated value of the contract over 6 years-PS3.6m * Lot 2 -Clearing House -Maximum estimated value of the contract over 6 years-PS6.5m * Lot 3 - TST North -Maximum estimated value of the contract over 6 years-PS21m * Lot 4 - TST South-Maximum estimated value of the contract over 6 years-PS16.5m Please note this is the estimated maximum value. Actual value of the services are likely to be lower than this value. The above values include core services, specific optional services, and general optional services including expansion of the services.Where expansion of services are taking place under any lot, depending upon future funding available, value could also be higher than stated. Restrictions on lot: Bidders can bid for all lots, however, between Lot 3-TST North and Lot 4-TST South a bidder will be awarded only one lot. Each bidder will be required to submit their preference during tender bid submission and should the same bidder win both Lot 3 and Lot 4 then bidder will be allocated the lot which is their first preference and their other lot will abandoned . Subsequently, the next ranked bidder in the abandoned lot will be awarded the abandoned lot. Contract start date will be April 2022. Contract duration will be of three (3) years and options to extend the contract for a further period of up to three (3) years, exercisable in one or more periods to a maximum of three (3) years. The maximum duration of the contract (including all extensions) will be not more than six (6) years. Tender documents link for all lots: Lot 1- CHAIN https://procontract.due-north.com/Advert/Index?advertId=2e332261-ee0f-ec11-810e-005056b64545 Lot 2- Clearing House: https://procontract.due-north.com/Advert?advertId=fb85e659-3110-ec11-810e-005056b64545 Lot 3- TST N https://procontract.due-north.com/Advert?advertId=68ff1637-3410-ec11-810e-005056b64545 Lot 4- TST S https://procontract.due-north.com/Advert?advertId=82f50bd0-3510-ec11-810e-005056b64545

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-fca601d3-91d0-4339-b2a5-b2b501ef777e
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/f710bfb5-524e-4925-9d33-a8f10e4be8c6
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
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support

85 - Health and social work services


CPV Codes

48000000 - Software package and information systems

72212600 - Database and operating software development services

85000000 - Health and social work services

85300000 - Social work and related services

Notice Value(s)

Tender Value
£48,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Sep 20214 years ago
Submission Deadline
29 Oct 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Mar 2022 - 31 Mar 2025 3-4 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
TRANSPORT FOR LONDON
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
SE10 0ES
Post Town
South East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI5 Outer London - East and North East
Small Region (ITL 3)
TLI51 Bexley and Greenwich
Delivery Location
TLC North East (England), TLD North West (England), TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLJ South East (England), TLK South West (England)

Local Authority
Greenwich
Electoral Ward
Greenwich Peninsula
Westminster Constituency
Greenwich and Woolwich

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-fca601d3-91d0-4339-b2a5-b2b501ef777e-2021-09-09T10:11:01+01:00",
    "date": "2021-09-09T10:11:01+01:00",
    "ocid": "ocds-b5fd17-fca601d3-91d0-4339-b2a5-b2b501ef777e",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "TFL001-DN567296-72724707",
        "title": "GLA- 27222 -Rough Sleeper programme",
        "description": "FTS notice: https://www.find-tender.service.gov.uk/Notice/022355-2021 FTS Publication reference: 2021/S 000-022355 Rough sleeping is the most severe and visible form of homelessness. Under his 'Life off the Streets' programme the Mayor funds a range of pan-London rough sleeping services, with the aim that everyone sleeping rough in the capital has an immediate and sustainable route off the streets. As part of this programme, the Mayor has a suite of 'core' services; some of which are intended to be re-commissioned with new contracts commencing in April 2022. All services will be underpinned by the Rough Sleeping Commissioning Framework. The broad objectives of these services are: * To minimise the flow of new rough sleepers onto the streets * To ensure that no one lives on the streets of London * To ensure that no one returns to the streets of London. The tender will have four lots: * Lot 1 -CHAIN -Maximum estimated value of the contract over 6 years-PS3.6m * Lot 2 -Clearing House -Maximum estimated value of the contract over 6 years-PS6.5m * Lot 3 - TST North -Maximum estimated value of the contract over 6 years-PS21m * Lot 4 - TST South-Maximum estimated value of the contract over 6 years-PS16.5m Please note this is the estimated maximum value. Actual value of the services are likely to be lower than this value. The above values include core services, specific optional services, and general optional services including expansion of the services.Where expansion of services are taking place under any lot, depending upon future funding available, value could also be higher than stated. Restrictions on lot: Bidders can bid for all lots, however, between Lot 3-TST North and Lot 4-TST South a bidder will be awarded only one lot. Each bidder will be required to submit their preference during tender bid submission and should the same bidder win both Lot 3 and Lot 4 then bidder will be allocated the lot which is their first preference and their other lot will abandoned . Subsequently, the next ranked bidder in the abandoned lot will be awarded the abandoned lot. Contract start date will be April 2022. Contract duration will be of three (3) years and options to extend the contract for a further period of up to three (3) years, exercisable in one or more periods to a maximum of three (3) years. The maximum duration of the contract (including all extensions) will be not more than six (6) years. Tender documents link for all lots: Lot 1- CHAIN https://procontract.due-north.com/Advert/Index?advertId=2e332261-ee0f-ec11-810e-005056b64545 Lot 2- Clearing House: https://procontract.due-north.com/Advert?advertId=fb85e659-3110-ec11-810e-005056b64545 Lot 3- TST N https://procontract.due-north.com/Advert?advertId=68ff1637-3410-ec11-810e-005056b64545 Lot 4- TST S https://procontract.due-north.com/Advert?advertId=82f50bd0-3510-ec11-810e-005056b64545",
        "datePublished": "2021-09-09T10:11:01+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "48000000",
            "description": "Software package and information systems"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "85000000",
                "description": "Health and social work services"
            },
            {
                "scheme": "CPV",
                "id": "85300000",
                "description": "Social work and related services"
            },
            {
                "scheme": "CPV",
                "id": "72212600",
                "description": "Database and operating software development services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "England",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 48000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2021-10-29T17:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2022-04-01T00:00:00+01:00",
            "endDate": "2025-03-31T23:59:59+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/f710bfb5-524e-4925-9d33-a8f10e4be8c6",
                "datePublished": "2021-09-09T10:11:01+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Lot 1 -Chain",
                "url": "https://procontract.due-north.com/Advert/Index?advertId=2e332261-ee0f-ec11-810e-005056b64545"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "Lot 2- Clearing House link",
                "url": "https://procontract.due-north.com/Advert?advertId=fb85e659-3110-ec11-810e-005056b64545"
            },
            {
                "id": "4",
                "documentType": "tenderNotice",
                "description": "Lot 3- TST North",
                "url": "https://procontract.due-north.com/Advert?advertId=68ff1637-3410-ec11-810e-005056b64545"
            },
            {
                "id": "5",
                "documentType": "tenderNotice",
                "description": "Lot 4- TST South",
                "url": "https://procontract.due-north.com/Advert?advertId=82f50bd0-3510-ec11-810e-005056b64545"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-125211",
            "name": "Transport for London",
            "identifier": {
                "legalName": "Transport for London"
            },
            "address": {
                "streetAddress": "14 Pier Walk",
                "locality": "London",
                "postalCode": "SE10 0ES",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Sandeep Kapoor",
                "email": "SandeepKapoor@tfl.gov.uk"
            },
            "details": {
                "url": "https://tfl.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-125211",
        "name": "Transport for London"
    }
}