Tender

Dual Diagnosis Service - Alcohol, Drugs and Mental Health Pathway ( ASC 2021 024)

  • London Borough of Brent

F02: Contract notice

Notice identifier: 2021/S 000-016220

Procurement identifier (OCID): ocds-h6vhtk-02c6ce

Published 12 July 2021, 1:19pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Brent

Brent Civic Centre

Wembley

HA9 0FJ

Contact

Mr Robin Goodacre

Email

robin.goodacre@brent.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.brent.gov.uk/

Buyer's address

http://www.brent.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=9fa4022e-66c4-eb11-810c-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=9fa4022e-66c4-eb11-810c-005056b64545

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

Dual Diagnosis Service - Alcohol, Drugs and Mental Health Pathway ( ASC 2021 024)

Reference number

DN547601

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Dual diagnosis relates to the co-existence of mental ill health and the problematic use of drugs and/or alcohol.

Brent Council wish to reshape the current adult drug and alcohol service provision into a drug, alcohol and Mental Health treatment pathway. This will increase the number of people who are able to sustain long term recovery from dependence by providing individual support and treatment which reduces the harm caused by addiction and dependence.

Recovery will be the primary goal of the service. It is therefore imperative that the service as a whole, as well as individual staff, understands the principals of recovery.

The service will be for six clients, either male or female aged between 18-65, who have a dual diagnosis and who receive clinical mental health treatment. The service should be staffed, seven days a week, 365 days a year, with two staff on duty at certain times of the day. Single waking night cover should also be provided. The property is owned by a Housing Association and located within the London Borough of Brent. The successful provider will also be expected to undertake the housing management for the property and enter into a housing management agreement with the landlord in addition to the delivery of the support service.

The Council wishes to work with providers who can evidence their experience in Dual Diagnosis support provision so that the social care ‘Recovery Pathway’ is embedded within the service delivery model. The provider of the service does not have to be CQC registered, as they will not be delivering any regulated activity but the successful provider will be expected to support clients through their recovery to enable them to step down into lesser intensive supported living accommodation such as housing related support, within a two year period.

The duration of the contracts will be for an initial period of three years, with an option to extend for two years on a one plus one basis. The total budget for the whole contract period will be up to £1,200,000

The estimated commencement of the services will be 1st November 2021.

two.1.5) Estimated total value

Value excluding VAT: £1,200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85141210 - Home medical treatment services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Dual diagnosis relates to the co-existence of mental ill health and the problematic use of drugs and/or alcohol.

Brent Council wish to reshape the current adult drug and alcohol service provision into a drug, alcohol and Mental Health treatment pathway. This will increase the number of people who are able to sustain long term recovery from dependence by providing individual support and treatment which reduces the harm caused by addiction and dependence.

Recovery will be the primary goal of the service. It is therefore imperative that the service as a whole, as well as individual staff, understands the principals of recovery.

The service will be for six clients, either male or female aged between 18-65, who have a dual diagnosis and who receive clinical mental health treatment. The service should be staffed, seven days a week, 365 days a year, with two staff on duty at certain times of the day. Single waking night cover should also be provided. The property is owned by a Housing Association and located within the London Borough of Brent. The successful provider will also be expected to undertake the housing management for the property and enter into a housing management agreement with the landlord in addition to the delivery of the support service.

The Council wishes to work with providers who can evidence their experience in Dual Diagnosis support provision so that the social care ‘Recovery Pathway’ is embedded within the service delivery model. The provider of the service does not have to be CQC registered, as they will not be delivering any regulated activity but the successful provider will be expected to support clients through their recovery to enable them to step down into lesser intensive supported living accommodation such as housing related support, within a two year period.

The duration of the contracts will be for an initial period of three years, with an option to extend for two years on a one plus one basis. The total budget for the whole contract period will be up to £1,200,000

The estimated commencement of the services will be 1st November 2021.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,200,000

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

Start date

1 November 2021

This contract is subject to renewal

No

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

10 August 2021

Local time

1:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

28 July 2021

Local time

1:00pm


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

High Court of England & Wales

Royal Courts of Justice, Strand

London

WC1A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Yasi Siamaki

Brent Civic Centre, Engineers Way

Wembley

HA9 0FJ

Country

United Kingdom