Tender

Adult Pathway Substance Misuse Service and Women's Recovery Service

  • London Borough of Camden

F02: Contract notice

Notice identifier: 2021/S 000-005904

Procurement identifier (OCID): ocds-h6vhtk-029e81

Published 23 March 2021, 5:06pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Camden

5 Pancras Square

London

N1C 4AG

Contact

Sandra Gayle

Email

sandra.gayle@camden.gov.uk

Telephone

+44 79742956

Country

United Kingdom

NUTS code

UKI31 - Camden and City of London

National registration number

n/a

Internet address(es)

Main address

www.camden.gov.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/28

one.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=36521&B=LBCAMDEN

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=36521&B=LBCAMDEN

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Adult Pathway Substance Misuse Service and Women's Recovery Service

Reference number

Adult Pathway

two.1.2) Main CPV code

  • 85311000 - Social work services with accommodation

two.1.3) Type of contract

Services

two.1.4) Short description

The London Borough of Camden is seeking to award contracts for the provision of two services which form part of the Adult Pathway for homeless adults.

Both contracts will provide 24/7 medium to high support in purpose built hostels for medium to high support needs, with the rest being supported housing with daytime cover for low to medium support needs. The services will work within a Psychologically Informed Environment (PIE).

Lot 1 - Substance Misuse Service will provide support to single homeless men and women aged 18 or over with drug and/or alcohol dependencies.

Lot 2 - Women's only Recovery Service will provide support to women who may or may not be engaging or able to access mainstream services.

These services come under Chapter 3, Section 7 (Social and Other Specific Services) of the Public Contracts Regulations 2015. Under Regulation 76 the Council may determine the procedure to be applied in connection with the award of the Contracts.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

Substance Misuse Service

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85300000 - Social work and related services
  • 85310000 - Social work services

two.2.3) Place of performance

NUTS codes
  • UKI31 - Camden and City of London

two.2.4) Description of the procurement

The process will be a three stage process similar to a competitive procedure with negotiation, under the Light Touch Regime.

STAGE 1 - Tenderers will be required to provide an initial written response to the selection and award criteria. Initial Tenders will be required to meet the minimum standards of the selection criteria prior to their Tender being considered for evaluation against the award criteria.

STAGE 2 -Those Tenderers that pass all the selection criteria will be invited to a meeting with officers from the evaluation panel to discuss their submission in order to further improve their final bid.

STAGE 3 - Following this meeting Tenderers will be invited to submit their Tender. A minimum threshold has been set for quality and price. Tenderers can only be awarded one Lot even if they achieve the highest score (quality and price added together). Tenderers will be able to state their preferred Lot.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Initial contract period of 3 years (36 months) with the option to extend by 4 further periods of 1 year (12 months) each (maximum duration of 84 months).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Substance Misuse Service that will initially provide support in 50 beds, increasing to 59 beds in the 2nd or 3rd year of the contract subject to the completion of works as detailed in the property pack. Clients will receive medium or high support according to need. Costs will need to be met from the stated budget.

two.2) Description

two.2.1) Title

Women's Recovery Service

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85300000 - Social work and related services
  • 85310000 - Social work services

two.2.3) Place of performance

NUTS codes
  • UKI31 - Camden and City of London

two.2.4) Description of the procurement

The process will be a three stage process similar to a competitive procedure with negotiation, under the Light Touch Regime.

STAGE 1 - Tenderers will be required to provide an initial written response to the selection and award criteria. Initial Tenders will be required to meet the minimum standards of the selection criteria prior to their Tender being considered for evaluation against the award criteria.

STAGE 2 -Those Tenderers that pass all the selection criteria will be invited to a meeting with officers from the evaluation panel to discuss their submission in order to further improve their final bid.

STAGE 3 - Following this meeting Tenderers will be invited to submit their Tender. A minimum threshold has been set for quality and price. Tenderers can only be awarded one Lot even if they achieve the highest score (quality and price added together). Tenderers will be able to state their preferred Lot.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Initial contract period of 3 years (36 months) with the option to extend by 4 further periods of 1 year (12 months) each (maximum duration of 84 months).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Women Recovery Service will provide support in 22 beds within a women only setting. The service will be staffed by women who will work in a gender sensitive and trauma informed way. Key objectives of the service include a focus on relationships and person-centred strength-based support within a flexible therapeutic environment.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

28 April 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Centre for Effective Dispute Resolution (CEDR)

70 Fleet Street

London

EC4Y 1EU

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom