Section one: Contracting authority
one.1) Name and addresses
London Borough of Camden
5 Pancras Square
London
N1C 4AG
Contact
Mr Jaison Gomba
Telephone
+44 2079746605
Country
United Kingdom
Region code
UKI31 - Camden and City of London
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=bcb1f4e0-bc0d-ed11-8116-005056b64545
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=bcb1f4e0-bc0d-ed11-8116-005056b64545
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
Camden Adult Substance Misuse, Treatment and Recovery Service
Reference number
DN624388
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The London Borough of Camden invites suitable expression of interest from suppliers for the delivery of an integrated Camden Adult Substance Misuse, Treatment and Recovery Service for adults aged 18 and over who are at risk of or are currently experiencing negative impacts as a result of their alcohol and/or drug use.
Current status / background
The services have been delivered as four separate contracts since 2015. The intention is to commission a single integrated service from April 2023 which will also include the development of a designated substance misuse family service. The proposed model has a number of key benefits; it creates a single point of entry for both service users and professionals wanting to refer, it streamlines operational delivery of the service, not only making it more effective in delivering outcomes but also has the opportunity to reduce overhead and management costs. It offers more opportunities for co-locating with other delivery partners e.g. mental health and primary care and offering flexibility for service users, which is key for engaging people experiencing multiple disadvantage. The development of the new designated family service will be key in not only directly supporting families affected by substance misuse but by helping to reduce intergenerational substance misuse. The family service will also offer support to other professionals working with families affected by substance misuse.
Based on the feedback from stakeholders the new model will increase the number of peer led and peer supported groups and activities. Service users in particular value the support from peers who have shared similar experience. Acting as peer supporter provides an excellent opportunity for residents to develop skills, confidence, and recognised qualifications. The new model will also include greater flexibility about where and when services are delivered. Feedback from stakeholders is that although some service users like attending a designated drug/alcohol service, some wanted access to support more locally in their community.
The new model will also include provider responsibility for:
• Contracting directly with pharmacies for needle exchange provision, supplies and hazardous waste collection (potentially from Year 2 of the contract).
• Contracting directly with pharmacies for supervised administration of opiate substitute treatment (potentially from Year 2 of the contract).
• Managing the budget and processes for inpatient detoxification and residential rehabilitation.
• A wide range of additional interventions in Years 1 to 3 should there be a successful application by commissioners to the Office for Health Improvement and Disparities via the Supplementary Substance Misuse Treatment and Recovery Grant allocated to local authorities as a result of investment outlined in December 2021’s National Drug Strategy.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33693300 - Addiction treatment
- 85100000 - Health services
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UKI31 - Camden and City of London
two.2.4) Description of the procurement
The London Borough of Camden wants to procure an integrated adult substance misuse treatment and support service to support residents of Camden with their drug and alcohol use. The broad objectives of Service will be:
• To provide treatment and support;
• To implement a treatment and recovery system which hold users at its core and works alongside them to identify and develop both their personal strengths and to participate in designing the most effective delivery model for the service;
• To encourage and embed recovery within the service user community and across the borough;
• To reduce the harm to, and support recovery and resilience for, those family members who have been affected by someone else’s substance use / misuse; and
• To maximise the number of service users who achieve sustained recovery.
The high-quality service will work with people aged 18 years or older (including those transitioning from young people to adult services) who are resident in Camden. The service will have a dedicated and clearly defined single point of contact which will accept referrals from all sources including self/family referrals and those from statutory, voluntary and community organisations.
Camden has a complex service user group with high levels of substance misuse and concurrent mental health need. The service will develop positive, professional relationships with partners across the borough and will ensure that services are developed which attract people misusing substances who are currently not known to, or who are not effectively engaged with treatment services.
The service must maintain a website that is clear, accessible, and is a point of contact and provides information about the range of services available. This will include where and how the service can be accessed, contact information and an online referral facility. The website must state clearly that the service and interventions are free for Camden residents or people registered with a Camden GP.
TUPE [Transfer of Undertakings (Protection of Employment) Regulations]
Potential suppliers must be aware that TUPE may or may not apply to this service. Further details will be available in the Invitation to Tender.
Contract Period The contract period will be for 6 years from an estimated start date of 1 April 2023 with an option to extend by two further periods of up to two-years each.
Contract Value The maximum fixed combined budget for Camden and Islington is £54,000,000 over the maximum 10 years of the contract. This is based on a contract value of £5,400,00. There is a maximum fixed budget for this service and the council reserves the right to reject any bids over this amount. It is possible that contract variations will be issued during the life of the contract to allow for the delivery of agreed interventions funded via the Supplementary Substance Misuse Treatment and Recovery Grant, and to transfer the management of pharmacy contracts for the delivery of needle exchange and supervised consumption services.
Award criteria The contract will be awarded to the Most Economically Advantageous Tender (MEAT) in accordance with the Public Contracts Regulations. MEAT for this contract is quality 60% and cost 40% (total 100%). Further details are provided in the invitation to tender.
Procurement Process
This contract is over the threshold at which we are required to publish public procurement notices for new procurements to the UK e-notification service, Find a Tender. This procurement will be conducted in accordance with the Public Contracts Regulations 2015, under Chapter 3 Section 7 Social and Other Specific Services (known as the “light touch” regime). Under Regulation 76 the council is free to establish a procedure, provided the procedure is sufficient to ensure compliance with the principles of transparency and equal treatment of economic operators (service providers). The procedure the Council has designed is based on the open procedure. All service providers who successfully express an interest will automatically have access to the tender documents. Further details will be available in the tender documents. The council reserves the right to award the contract on the basis of the evaluation of the tenders or to not award the contract if the received tenders do not offer value for money.
two.2.5) Award criteria
Quality criterion - Name: Partnership Working – Co-Production / Weighting: 10
Quality criterion - Name: Partnership Working – Peer Support / Weighting: 10
Quality criterion - Name: Service Model and Outcomes – Delivery Model / Weighting: 5
Quality criterion - Name: Service Model and Outcomes – Meeting the needs of vulnerable groups / Weighting: 5
Quality criterion - Name: Service Model and Outcomes – Trauma Informed Approaches / Weighting: 5
Quality criterion - Name: ervice Model and Outcomes – Implementation Plan, Estates Plan, Comms Plan, Staffing Action Plan and Risk Log / Weighting: 5
Quality criterion - Name: Presentation to Moving Forward / Weighting: 10
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £54,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2029
This contract is subject to renewal
Yes
Description of renewals
The contract period will be for a period of six years from an estimated start date of 01 April 2023 with the option to extend by a further two periods of up to two-years each.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The contractor shall provide a quarterly monitoring report at the end of each quarter, on a date set by the commissioning team and in accordance with the publication of relevant NDTMS data. The format and content of this report will be set by the commissioning team. This will include:
Key performance indicators
Outcomes
Service user feedback
Any element of the contract (i.e. deep dives)
NDTMS requirements
TOP / AOR
Service implementation, barriers to delivery and service development
Financial monitoring information
Serious incidents
Staffing levels and absenteeism
Financial monitoring (using an agreed template)
Complaints received and processes followed to resolve these
Compliments and praise
Audit results
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 September 2022
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
8 September 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
London Borough of Camden
Town Hall, Judd Street
London
WC1H 9JE
Country
United Kingdom