Tender

The Provision of a High Support Hostel for Rough Sleepers

CITY OF LONDON CORPORATION

This public procurement record has 1 release in its history.

Tender

17 Mar 2021 at 22:56

Summary of the contracting process

The City of London Corporation is currently in the active stage of procuring a service titled "The Provision of a High Support Hostel for Rough Sleepers." This procurement falls under the health and social work services category in the UK, with a total estimated budget of £3,500,000 over a contract period of three years, which may extend by up to two additional years. Suppliers must submit their tender submissions no later than 12:00 (BST) on 7th April 2021 via the electronic tendering system 'CapitaleSourcing,' and are advised that late submissions will not be accepted.

This opportunity is well-suited for businesses that specialise in social services and support accommodation, particularly those capable of providing a building with 25-30 single bedrooms within a two-mile radius of the City of London. Companies with experience in managing services for individuals with high support needs will be particularly competitive. The contract's open procurement process encourages a wide range of qualified support providers to apply, making it a valuable opportunity for businesses looking to expand their reach in the health and social care sector.

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

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 support needs who need to live in a supported environment for a period after living on the streets. Further information for this opportunity can be found in II.2.4) Description of the procurement field (of this notice).

Lot Information

Lot 1

The Service to be procured from the proposed contract is classified under Schedule 3 of the Public Contracts Regulations 2015 as "Provision of services to the community".Therefore, the Service advertised in 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 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 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. The estimated total value of the contract is also stated in II.1.5) and II.2.6) of this notice and is for the entire duration, i.e. including the optional extensions. 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.

Options: The duration of the contract will be three (3) years, with the option to extend up to two (2) further years in annual increments.

Renewal: This will be upon expiry of the contract and subject to internal approvals

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-029cca
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/005465-2021
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
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85000000 - Health and social work services

85300000 - Social work and related services

85320000 - Social services

Notice Value(s)

Tender Value
£3,500,000 £1M-£10M
Lots Value
£3,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Mar 20214 years ago
Submission Deadline
7 Apr 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
CITY OF LONDON CORPORATION
Contact Name
Chris Mulhall
Contact Email
chris.mulhall@cityoflondon.gov.uk
Contact Phone
+44 2073321420

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

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-h6vhtk-029cca-2021-03-17T22:56:06Z",
    "date": "2021-03-17T22:56:06Z",
    "ocid": "ocds-h6vhtk-029cca",
    "description": "This procurement process 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 on 07.04.2021 in order to participate. Tender submissions cannot be uploaded after the return deadline. The estimated value given at II.2.6) is for the full duration of the contract, which is up to five (5) years in total.Organisations should note that the fixed budget for this Service will be 3,500,000 GBP and is based on one core budget (700,000 GBP per annum). 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. Any questions relating to this procurement must be made via the correspondence area in the Capital eSourcing system.",
    "initiationType": "tender",
    "tender": {
        "id": "prj_COL_18204",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "The Provision of a High Support Hostel for Rough Sleepers",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "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 support needs who need to live in a supported environment for a period after living on the streets. Further information for this opportunity can be found in II.2.4) Description of the procurement field (of this notice).",
        "value": {
            "amount": 3500000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Service to be procured from the proposed contract is classified under Schedule 3 of the Public Contracts Regulations 2015 as \"Provision of services to the community\".Therefore, the Service advertised in 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 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 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. The estimated total value of the contract is also stated in II.1.5) and II.2.6) of this notice and is for the entire duration, i.e. including the optional extensions. 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.",
                "value": {
                    "amount": 3500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This will be upon expiry of the contract and subject to internal approvals"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The duration of the contract will be three (3) years, with the option to extend up to two (2) further years in annual increments."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85300000",
                        "description": "Social work and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85320000",
                        "description": "Social services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://www.capitalesourcing.com",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2021-04-07T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2021-04-07T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-04-07T12:00:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "The contracting authority will incorporate a minimum 10 calendar days (when using electronic means) standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a contract before a contract is executed. The Public Contracts Regulations 2015 ('Regulations') provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the court has the options to award damages and/or to shorten or order the contract ineffective."
    },
    "parties": [
        {
            "id": "GB-FTS-135",
            "name": "City of London Corporation",
            "identifier": {
                "legalName": "City of London Corporation"
            },
            "address": {
                "streetAddress": "Guildhall",
                "locality": "London",
                "region": "UKI",
                "postalCode": "EC2P 2EJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Chris Mulhall",
                "telephone": "+44 2073321420",
                "email": "Chris.mulhall@cityoflondon.gov.uk",
                "url": "https://www.capitalesourcing.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.cityoflondon.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-143",
            "name": "High Court, Royal Courts of Justice",
            "identifier": {
                "legalName": "High Court, Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-135",
        "name": "City of London Corporation"
    },
    "language": "en"
}