Agenda item

Award of a contract for Haringey Street Outreach Service

Minutes:

This report detailed the outcome of an open tender process and sought approval to award the Housing Related Support (HRS) contract for the Housing Street Outreach Service Team (HSORT) for rough sleepers in accordance with Contract Standing Orders (CSO) 9.07.1 (a) and 16.02.

The current contract expired on 31March 2024 and a procurement process had been undertaken to ensure that a new contract was in place to meet the Council’s requirements.

The Cabinet Member RESOLVED

 

  1. That, in pursuant to Contract Standing Order (CSO) 16.02 and 9.07.1a) and d) approval for the award of contract for the Provision of the Housing Related Support, Housing Street Outreach Service Team (HSORT) for rough sleepers to the successful bidder identified in Appendix 1 - Part B of the report be granted.

 

  1. That the proposed contract run for a period of three (3) years commencing 1st April 2024 to 31st March 2027 at an annual cost of £233,700 (totalling £701,100 over 3 years), with an option to extend for a further period or periods of up to four (4) years. For the avoidance of doubt the maximum contract length would be seven (7) years, if extended. The aggregated total cost of the contract would be £1,635,900 including the proposed extension period.

 

Reasons for decision

 

There was an identified need within Haringey for services to support people who were rough sleeping around the wide-ranging needs and circumstances that contribute to and cause homelessness. A dedicated Housing Support Outreach Team helped meet that need, providing a flexible and person-centred service which will support clients. There was currently an increase in the numbers rough sleeping in Haringey.

 

The service offered was holistic with an assessment of need and circumstances conducted as a starting point with the aim being to support an individual away from street homelessness. Other outcomes included improvements in health and wellbeing, effective signposting to support services including immigration advice and support, substance and alcohol dependency and mental health.

 

This service was funded from the Rough Sleeping Initiative (RSI) administered by the Department for Levelling Up, Housing & Communities (DLUHC). This contract would enable the demand for the service to be met which in turn will enable the Council to meet its strategic commitments to residents around rough sleeping and single homelessness.

 

The service would also work closely with the GLA’s Rapid Response Team (RRT), Haringey Council Housing Needs, commissioned and non-commissioned supported housing pathways, the Community Safety Team, the boroughs Homeless Health Inclusion Team (HHIT) and other partners to secure accommodation which reduced and prevented rough sleeping in Haringey. Therefore, the decision ensured that the Council’s money was spent appropriately on what was needed most and vital to the Council and its residents.

 

The decision to award a contract to the successful bidder was also based on the conclusion of a competitive procurement process and is made according to the outcome of the Most Economically Advantageous Tender.

 

The recommended bidder had a knowledge of the community. The tender clearly stated their commitment and expertise to reduce and support homelessness in Haringey. The recommended bidder submitted a strong tender that clearly demonstrated expertise and commitment to providing the appropriate and relevant care and support to local residents. Furthermore, they demonstrated that they were invested in social value - provide training and employment opportunities for local people.

 

Alternative options considered

 

Do nothing – The Council could elect not to recommission the Housing Street Outreach Service Team. However, this would leave Haringey without the appropriate outreach service to support people rough sleeping. This would be likely to cause an increase in the number of people rough sleeping and would have a significant detrimental impact on people’s wellbeing, as well as the Council and its partners. The option to do nothing was considered and rejected. 5.2

 

Extend existing contracts – Extension periods available within the existing contracts have been exhausted. 5.3

 

Deliver the services inhouse – Extensive consideration was given to the possibility of in-house delivery for this service. However, the investment required to manage this service internally would be more than the budget envelope. The service was a specialist provision and if provided in house would be lacking the capacity and expertise. Also, the funding for this service is provided by DLUHC and the existing provider was agreed as a delivery partner. Any change to this arrangement would have to be approved by DLUHC.

 

Supporting documents: