Tender

The Provision of a Pan-London Homeless Substance Misuse Engagement Team

  • The Mayor and Commonalty and Citizens of the City of London

F02: Contract notice

Notice identifier: 2021/S 000-018160

Procurement identifier (OCID): ocds-h6vhtk-02ce5e

Published 29 July 2021, 10:44pm



Section one: Contracting authority

one.1) Name and addresses

The Mayor and Commonalty and Citizens of the City of London

City of London Corporation, Guildhall, PO Box 270

London

EC2P 2EJ

Email

Chris.mulhall@cityoflondon.gov.uk

Telephone

+44 2073321420

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.cityoflondon.gov.uk

Buyer's address

https://www.capitalesourcing.com

one.3) Communication

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

https://www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.capitalesourcing.com

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

The Provision of a Pan-London Homeless Substance Misuse Engagement Team

Reference number

prj_COL_19116

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

The City of London Corporation (The City) is undertaking a 1 stage procurement process in relation to the provision of a Pan-London Homeless Substance Misuse Engagement Team (the 'Service').

The Service will commission an organisation with relevant experience to recruit and manage a suitably qualified team to work as part of the new pan-London substance misuse pathway.

Further information for this opportunity can be found in II.2.4) Description of the procurement field (of this notice).

two.1.5) Estimated total value

Value excluding VAT: £450,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

The Service to be procured from the proposed contract is classified under Schedule 3 of the Public Contracts Regulations 2015 as “Provision of services to the community”.Therefore, the Service advertised in this contract notice fall among those listed in Annex XIV to Directive 2014/24/EU and the full obligations set out in that directive do not apply. For the avoidance of doubt, the contract is to be procured in accordance with the Public Contracts Regulations 2015 Regulations 74 to 78, more commonly known as the Light Touch Regime. The precise procurement process to be used is as described in the procurement documents.

The procurement is being run as a one stage process, resembling the open procedure and its main features - which includes the core elements of the standard Selection Questionnaire (SQ). Any organisation that considers itself able to meet the requirements of the selection criteria within the Qualification Envelope is invited to submit a tender.

The requirements of the Service are set out in the procurement documents, particularly the Service Specification - available from: https://www.capitalesourcing.com

The City wishes to commission an organisation with relevant experience to recruit and manage a suitably qualified team to work as part of the new pan-London substance misuse pathway.

The overarching aim of the team will be to help improve access to treatment for London’s rough sleepers. The emphasis is on supporting steps that improve the person’s readiness for residential rehabilitation

The pan-London substance misuse pathway has been designed to help support people with a history of rough sleeping to access new in-patient detox beds and enable them to maintain and enhance their recovery by ensuring they have opportunities for ongoing support including new tailored residential rehabilitation spaces. The team being commissioned here will be expected to work with people at all stages of their recovery journey.

The new team will need to work alongside other elements of the pathway, supporting those rough sleepers who are referred for help. The team will be expected to proactively identify and address barriers that prevent rough sleepers from engaging with substance misuse treatment and providing information to the partnership programme and evaluation team so that barriers can also be addressed at a regional strategic level

Because of the pattern of support already available across London it is very possible that the bulk of the requests for assistance will come from outer London Boroughs . The Provider will need to demonstrate their ability to work with referrers and service users who will be spread across London.

Organisations should note that the total fixed budget for this Service is £450,000 and is based on a core budget of £300,000 GBP per annum.

The duration of the contract is one (1) year, with the option to extend for a further six (6) months. The Contract is intended to commence 1st October 2021 to 30th September 2022.

The estimated total value of the contract is also stated in II.1.5) and II.2.6) of this notice and is for the entire duration, i.e. including the optional extensions.

Organisations should be aware that due to the contract value (of the Service), any contract formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their tender, where appropriate.

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: £450,000

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

This will be upon expiry of the contract and subject to internal approvals

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

19 August 2021

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

19 August 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This tendering exercise is being undertaken using the electronic tendering system 'CapitaleSourcing' (url:www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free.

This is a one stage procurement process; therefore, suppliers will need to register an interest on the system and submit a tender submission no later than 12.00 on 19.08.2021 in order to participate.

Tender submissions cannot be uploaded after the return deadline.

The estimated value given at II.2.6) is for the full duration of the contract, which is up to eighteen (18) months in total. Organisations should note that the fixed budget for this Service will be 450,000 GBP and is based on one core budget (300,000 GBP per annum).

The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the contract or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights then it will not be responsible for, or pay the expenses or losses, which may be incurred by any candidate or tenderer as a result. Economic operators are solely responsible for their costs and expenses incurred in connection with the preparation of their tender submissions and all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by the economic operators.

The Service advertised in this notice fall under the services listed in Annex XIV to Directive 2014/24/EU of the European Parliament and of the Council and the contracting authority is not obliged to follow The Public Contracts Regulations 2015 in full. The procurement process that will apply to the Service is specified in the procurement documents accordingly.

Any questions relating to this procurement must be made via the correspondence area in the Capital eSourcing system.

six.4) Procedures for review

six.4.1) Review body

High Court, Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting authority will incorporate a minimum 10 calendar days (when using electronic means) standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a contract before a contract is executed. The Public Contracts Regulations 2015 ('Regulations') provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the court has the options to award damages and/or to shorten or order the contract ineffective.

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

High Court, Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom