Contract notice

Information

Published

Date of dispatch of this notice: 02/09/2019

Expire date: 03/10/2019

External Reference: 2019-567172

TED Reference: 2019/S 172-420084

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

London Borough of Lambeth
n/a
Town Hall, Brixton Hill
London
SW2 1RW
UK
Contact person: Ashaki Bailey
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=29793&B=LBLAMBETH
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Lambeth Rough Sleeping Outreach Service
II.1.2)

Main CPV code

85312000  -  Social work services without accommodation
II.1.3)

Type of contract

Services
II.1.4)

Short description

Tender for the provision of a rough sleeping outreach service in the London borough of Lambeth using the OJEU Restricted procedure.
The contract will be for a period of 3 years from 1st April 2020, with an option to extend by two additional years (one plus one) at the Council's discretion.
II.1.5)

Estimated total value

Value excluding VAT: 1788180.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

85312000  -  Social work services without accommodation
II.2.3)

Place of performance

Main site or place of performance:  
London Borough of Lambeth
II.2.4)

Description of the procurement

The London Borough of Lambeth wishes to offer an opportunity to tender for the provision of a Rough Sleeping Outreach Service in the borough.
The service will support the approach and the priorities of the Lambeth Rough Sleeping Strategy.
The contract will be let for an initial period of 3 years, anticipated to commence in April 2019 with an option to extend for 2 years on an annual basis. The service may have scope to provide additional/complementary services. This may be by way of contract variation. The successful service provider must demonstrate their ability to:
• Deliver an outreach service that works with rough sleepers and the street population involved in anti-social behaviour (e.g. street drinking and begging)
• Provide a suitably skilled staff team
• Provide a high quality, personalised service in an effective and efficient manner in accordance with good practice
• Deliver services in partnership with key statutory and voluntary sector organisations, operating within a multi-disciplinary and multicultural environment
The Council welcomes Expressions of Interest from within the voluntary, charity and social enterprise sectors as well as consortiums and is particularly keen to promote local opportunities to local organisations.
For further information and to register your organisation through, please use the following web link:
https://uk.eusupply.com/login.asp?B=LBLAMBETH&target=/app/communication/archive.asp
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1778180.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  03/10/2019
Local time:  11:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 10/10/2019
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 9  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Justice of England and Wales
Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

N/A
N/A
N/A
N/A
UK

VI.4.4)

Service from which information about the review procedure may be obtained

N/A
N/A
N/A
N/A
UK