Opportunity

The Provision of a Pan-London Homeless Substance Misuse Programme

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

F02: Contract notice

Notice reference: 2021/S 000-026462

Published 21 October 2021, 10:45pm



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 2076063030

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 Programme

Reference number

prj_COL_19546

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 Programme (the 'Service').

The Service is split into 3 seperate Lots covering Abstinence-based Intermediate Residential Rehabilitation, Stabilisation-based Intermediate Residential Rehabilitation and a Pan-London Homeless Substance Misuse Engagement Team.

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

two.1.5) Estimated total value

Value excluding VAT: £2,244,700

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Abstinence-based Intermediate Residential Rehabilitation

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

As part of the Government’s ambition to end rough sleeping, funding from Ministry of Housing Communities and Local Government (MHCLG) has been provided to the City of London (City) as part of a Public Health England (PHE)/Greater London Authority (GLA)/Local Authority (LA) partnership-led pan London Substance Misuse Programme for people who sleep rough/in hostel accommodation/risk of return to the street. The grant will better address the increasing complexity of their substance misuse treatment and recovery needs. The City has agreed to act as the lead commissioner for this Programme using the grant funding obtained.

The City invites Tenders from a Lead Provider with relevant qualification, skill and experience for the provision of ten abstinence-based intermediate rehabilitation beds for people who are moving on from an inpatient detoxification stay. The Service will provide a vital period of support to those who need more time in a setting that will support their abstinence, improve sustained recovery capital and prepare for either further residential/community rehabilitation and step-down housing in the community. The Service will make a critical contribution to the wider strategic intention to end rough sleeping and reduce harm linked to substance misuse.

Due to the procurement timeline, the Service will deliver at least 5 beds at commencement of contract, increasing to 10 beds at end of 6 weeks post-commencement.

The duration of the contract is 12 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the contract by up to 6 months. The maximum length of the contract is therefore 18 months subject to performance and funding availability.

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: £702,000

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

two.2) Description

two.2.1) Title

Stabilisation-based Intermediate Residential Rehabilitation

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

As part of the Government’s ambition to end rough sleeping, funding from Ministry of Housing Communities and Local Government (MHCLG) has been provided to the City of London (City) as part of a Public Health England (PHE)/Greater London Authority (GLA)/Local Authority (LA) partnership-led pan London Substance Misuse Programme for people who sleep rough/in hostel accommodation/risk of return to the street. The grant will better address the increasing complexity of their substance misuse treatment and recovery needs. The City has agreed to act as the lead commissioner for this Service using the grant funding obtained.

The City invites Tenders from one Lead Provider with relevant qualification, skill and experience for the provision of ten stabilisation-based intermediate rehabilitation beds for people who are moving on from an inpatient detoxification (IPD) stay. The Service is will provide a vital period of support to those who need more time in a setting that will support stabilisation, improve sustained recovery capital and prepare for either further residential/community rehabilitation and step-down housing in the community. The Service will make a critical contribution to the wider strategic intention to end rough sleeping and reduce harm linked to substance misuse.

Due to the procurement timeline, the Service will provide at least 5 beds at commencement of contract with an increase to 10 beds at end of 6 weeks post-commencement.

The duration of the contract is 12 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 6 months. The maximum length of the contract is therefore 18 months subject to performance and funding availability.

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: £1,092,000

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

two.2) Description

two.2.1) Title

Pan-London Homeless Substance Misuse Engagement Team

Lot No

3

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

As part of the Government’s ambition to end rough sleeping, funding from Ministry of Housing Communities and Local Government (MHCLG) has been provided to the City of London (City) as part of a Public Health England (PHE)/Greater London Authority (GLA)/Local Authority (LA) partnership-led pan London Substance Misuse Programme for people who sleep rough/in hostel accommodation/risk of return to the street. The grant will better address the increasing complexity of their substance misuse treatment and recovery needs. The City has agreed to act as the lead commissioner for this Service using the grant funding obtained.

The City invites Tenders from one Lead Provider with relevant qualification, skill and experience for the provision of a Homeless Substance Misuse Engagement 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 people in London who sleep rough/in hostel accommodation. The emphasis is on supporting steps that improve the person’s readiness for engagement to a substance misuse treatment/recovery pathway and other services i.e. G.P. registration, harm minimisation, wider support networks.

Due to the procurement timeline, it is envisaged the Service will initially deliver a core team on commencement of the contract to focus on identified ‘need to reach’ areas in London. It is expected the Service will provide full comptency at end of 6 weeks post-commencement.

The duration of the contract is 12 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 6 months. The maximum length of the contract is therefore 18 months. subject to performance and funding availability.

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: £450,700

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

3 December 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

3 December 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 03.12.2021 in order to participate.

Tender submissions cannot be uploaded after the return deadline.

The estimated value given at II.2.6) for each of the 3 Lots 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: Lot 1 - 702,000 GPB overall (468,000 GBP per annum), Lot 2 - 1,092,000 GBP overall (728,000 per annum) and Lot 3 - 450,700 GBP (300,500 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