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
Chris.mulhall@cityoflondon.gov.uk
Telephone
+44 2073321420
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
https://www.cityoflondon.gov.uk
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) undertook a 1 stage procurement process in relation to the provision of a Pan-London Homeless Substance Misuse Engagement Team (the 'Service').
The Service looked 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.
**PLEASE NOTE - THIS IS A NOTIFICATION OF NON-AWARD, AND THE OPPORTUNITY IS NOW CLOSED**
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
**PLEASE NOTE - THIS IS A NOTIFICATION OF NON-AWARD, AND THE OPPORTUNITY IS NOW CLOSED**
The Service intended to be procured from the proposed contract are classified under Schedule 3 of the Public Contracts Regulations 2015 as “Provision of services to the community”. Therefore, the Service advertised in the 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 ran 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 considered itself able to meet the requirements of the selection criteria within the Qualification Envelope was invited to submit a tender.
The requirements of the Service were set out in the procurement documents, particularly the Service Specification - available from: https://www.capitalesourcing.com
Organisations should note that the total fixed budget for this Service was £450,000 and is based on a core budget of £300,000 GBP per annum.
The duration of the contract was one (1) year, with the option to extend for a further six (6) months. The Contract was intended to commence 1st October 2021 to 30th September 2022.
The estimated total value of the contract was also stated in II.1.5) and II.2.6) of the contract 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 the procurement process would have been executed as a deed. Organisations were advised to seek independent legal advice on the implications of this prior to submitting their tender, where appropriate.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 80%
Cost criterion - Name: Commercial / Weighting: 20%
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 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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-018160
Section five. Award of contract
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Courts of Justice
Strand
London
WC2A 2LL
Telephone
+44 02079476000
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
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
Telephone
+44 02079476000
Country
United Kingdom