Section one: Contracting authority
one.1) Name and addresses
London Borough of Brent
Brent Civic Centre
Wembley
HA9 0FJ
Contact
Mr Robin Goodacre
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
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