Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Dyfarnu Contract

PROVISION OF A ROUGH SLEEPER ASSESSMENT CENTRE

  • Cyhoeddwyd gyntaf: 05 Hydref 2023
  • Wedi'i addasu ddiwethaf: 05 Hydref 2023

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-03bced
Cyhoeddwyd gan:
The Mayor and Commonalty and Citizens of the City of London
ID Awudurdod:
AA77658
Dyddiad cyhoeddi:
05 Hydref 2023
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

**PLEASE NOTE - THIS IS AN AWARD NOTICE AND THIS OPPORTUNITY IS NOW CLOSED**

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 i.e. 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 Department of Community and Children's Services of the City of London wishes to commission a Service Provider to manage a Rough Sleeper 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 successful provider will ensure that three distinct service offers are in place for service users:

1.) Initial assessment - the first 3-7 days will be used to meet the immediate mental and physical health needs of service users, undertake a rapid assessment and

determine a credible route out of homelessness for the individual.

2.) Accommodation within the pathway - where the City of London has a responsibility for housing, the service user should be found accommodation within the existing pathway in accordance with needs and availability.

3.) Accommodation via safe and supported reconnection - where the City of London has no responsibility for housing, the service user should be provided with support to return to accommodation in the area where they have a local connection.

The full requirements of the Service are set out in the procurement documents, particularly the Service Specification - available from: https://www.capitalesourcing.com

The duration of the contract is 36 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the contract by up to 24 months. The maximum length of the contract is therefore 60 months subject to performance and funding availability.

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.

Testun llawn y rhybydd

Hysbysiad dyfarnu contract

Canlyniadau'r weithdrefn gaffael

Adran I: Endid contractio

I.1) Enw a chyfeiriad

The Mayor and Commonalty and Citizens of the City of London

Guildhall

London

EC2P 2EJ

UK

Ffôn: +44 2076063030

E-bost: Mohammad.Mostafa@cityoflondon.gov.uk

NUTS: UKI

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.cityoflondon.gov.uk

Cyfeiriad proffil y prynwr: https://www.capitalesourcing.com

I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

PROVISION OF A ROUGH SLEEPER ASSESSMENT CENTRE

Cyfeirnod: itt_COL_15741

II.1.2) Prif god CPV

85000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The City of London Corporation (The City) is awarding in relation to the provision of a Rough Sleeper Assessment Centre (the 'Service').

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.1.7) Cyfanswm gwerth y caffaeliad

Gwerth heb gynnwys TAW: 2 475 000.00 GBP

II.2) Disgrifiad

II.2.3) Man cyflawni

Cod NUTS:

UKI

II.2.4) Disgrifiad o’r caffaeliad

**PLEASE NOTE - THIS IS AN AWARD NOTICE AND THIS OPPORTUNITY IS NOW CLOSED**

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 i.e. 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 Department of Community and Children's Services of the City of London wishes to commission a Service Provider to manage a Rough Sleeper 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 successful provider will ensure that three distinct service offers are in place for service users:

1.) Initial assessment - the first 3-7 days will be used to meet the immediate mental and physical health needs of service users, undertake a rapid assessment and

determine a credible route out of homelessness for the individual.

2.) Accommodation within the pathway - where the City of London has a responsibility for housing, the service user should be found accommodation within the existing pathway in accordance with needs and availability.

3.) Accommodation via safe and supported reconnection - where the City of London has no responsibility for housing, the service user should be provided with support to return to accommodation in the area where they have a local connection.

The full requirements of the Service are set out in the procurement documents, particularly the Service Specification - available from: https://www.capitalesourcing.com

The duration of the contract is 36 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the contract by up to 24 months. The maximum length of the contract is therefore 60 months subject to performance and funding availability.

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.

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Technical / Weighting / Pwysoliad: 70%

Maen prawf cost: Commercial / Weighting / Pwysoliad: 30%

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Na

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2023/S 000-010008

Section V: Dyfarnu contract

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

03/10/2023

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 4

Nifer y tendrau a ddaeth i law gan BBaChau: 4

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 4

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Thames Reach Housing Association Ltd

The Employment Academy, 29 Peckham Road, Southwark

London

SE5 8UA

UK

NUTS: UKI

BBaCh yw’r contractwr: Ydy

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: 2 475 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section VI: Gwybodaeth ategol

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Court, Royal Courts of Justice

Strand

London

WC2A 2LL

UK

Ffôn: +44 2079476000

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

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 option to award damages and/or to shorten or order the contract ineffective.

VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu

High Court, Royal Courts of Justice

Strand

London

WC2A 2Ll

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

03/10/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
85000000 Gwasanaethau iechyd a gwaith cymdeithasol Gwasanaethau eraill

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
Mohammad.Mostafa@cityoflondon.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.