Notice Information
Notice Title
The Provision of a Pan-London Homeless Substance Misuse Engagement Team
Notice Description
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.capitalesourc 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 PS450,000 and is based on a core budget of PS300,000 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. Additional information: This procurement process is being undertaken using the electronic tendering system 'Capital eSourcing' (url:www.capitalesourcing.com). Organisations interested in providing the Service under this procurement, project reference: prj_COL_19116 must 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 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 requirements of the Service are set out in the procurement documents, particularly the Service Specification - available from: https://www.capitalesourcing.comOrganisations 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. Any questions relating to this procurement must be made via the correspondence area in the Capital eSourcing system.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-9c21c079-e351-468d-b46f-ef0e29fcb537
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/3d528c65-4ef7-4095-8758-a57d1d5393dc
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (below threshold)
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85000000 - Health and social work services
Notice Value(s)
- Tender Value
- £450,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 30 Jul 20214 years ago
- Submission Deadline
- 19 Aug 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 30 Sep 2021 - 30 Sep 2022 6-12 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CITY OF LONDON CORPORATION
- Contact Name
- Not specified
- Contact Email
- chris.mulhall@cityoflondon.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- EC2P 2EJ
- Post Town
- Central London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI43 Haringey and Islington
- Delivery Location
- TLI London
-
- Local Authority
- Islington
- Electoral Ward
- Clerkenwell
- Westminster Constituency
- Islington South and Finsbury
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/3d528c65-4ef7-4095-8758-a57d1d5393dc
30th July 2021 - Opportunity notice on Contracts Finder -
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-9c21c079-e351-468d-b46f-ef0e29fcb537-2021-07-30T09:37:00+01:00",
"date": "2021-07-30T09:37:00+01:00",
"ocid": "ocds-b5fd17-9c21c079-e351-468d-b46f-ef0e29fcb537",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_279198/983659",
"title": "The Provision of a Pan-London Homeless Substance Misuse Engagement Team",
"description": "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.capitalesourc 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 PS450,000 and is based on a core budget of PS300,000 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. Additional information: This procurement process is being undertaken using the electronic tendering system 'Capital eSourcing' (url:www.capitalesourcing.com). Organisations interested in providing the Service under this procurement, project reference: prj_COL_19116 must 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 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 requirements of the Service are set out in the procurement documents, particularly the Service Specification - available from: https://www.capitalesourcing.comOrganisations 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. Any questions relating to this procurement must be made via the correspondence area in the Capital eSourcing system.",
"datePublished": "2021-07-30T09:37:00+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "London",
"countryName": "United Kingdom"
}
]
}
],
"minValue": {
"amount": 300000,
"currency": "GBP"
},
"value": {
"amount": 450000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (below threshold)",
"tenderPeriod": {
"endDate": "2021-08-19T12:00:00+01:00"
},
"contractPeriod": {
"startDate": "2021-10-01T00:00:00+01:00",
"endDate": "2022-09-30T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/3d528c65-4ef7-4095-8758-a57d1d5393dc",
"datePublished": "2021-07-30T09:37:00+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "Link to eSourcing Portal",
"url": "http://www.capitalesourcing.com"
}
]
},
"parties": [
{
"id": "GB-CFS-118457",
"name": "City of London Corporation",
"identifier": {
"legalName": "City of London Corporation"
},
"address": {
"streetAddress": "City of London Corporation, Guildhall, PO Box 270",
"locality": "London",
"postalCode": "EC2P 2EJ",
"countryName": "England"
},
"contactPoint": {
"email": "Chris.mulhall@cityoflondon.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-118457",
"name": "City of London Corporation"
}
}