Notice Information
Notice Title
Core Community Drug and Alcohol Treatment Services
Notice Description
The Integrated Commissioning Department of the Royal Borough of Kensington and Chelsea and the City of Westminster (the Authorities) are seeking to commission a Contractor to deliver a community-based Core Drugs and Alcohol Specific Treatment Intervention Service (the Service). The Service will be broken down into Lot 1 Substance Misuse Treatment Service and Lot 2 Alcohol Specific Treatment Intervention Service. Contractors can choose to bid for Lot 1 only, Lot 2 only, or both Lot 1 and Lot 2. The Government's updated Drug Strategy 2017 emphasises community-based recovery, promoting partnerships, service-user involvement and increased support for families. The Service will be driving an asset-based model that builds on the strengths of individuals. There will be culture of active service user involvement and personalisation to support reducing harm and sustained recovery from dependence. It will respond to the changing substance misuse trends and needs of residents. Integral to this will be earlier intervention and improved targeted provision and treatment for older people, women, families, BAME communities, those involved with the criminal justice system and residents with housing need. There will be a specialised outward facing alcohol service which will work closely with communities, primary care and provide a hospital alcohol liaison service. The aims of the Service are to: - deliver services across the Authorities to respond flexibly to the emerging trends, including those following COVID-19, and the changing substance misuse needs of residents; - to further embed the culture of active and innovative methods of Service User involvement which permeate Services' delivery; - to embody an ethos of ambition for individual success and demonstrate a proactive approach using entrepreneurship, in increasing opportunities for individual success and sustainable recovery; and - deliver clinical interventions by qualified medical staff that operate within clear clinical governance guidelines. The contract will be for a period of five (5) years, with the option to extend for a further two (2) years in aggregate. Please note the maximum price limit available for the full seven (7) year contract period is PS33,000,000 for Lot 1 and PS14,000,000 for Lot 2. Any Tenderer who exceeds this price within their bid will be excluded from this Tender. The procurement documents are available for unrestricted and full direct access, free of charge, at: www.capitalesourcing.com Additional information can be obtained from the abovementioned address. Tenders or requests to participate must be submitted electronically via: www.capitalesourcing.com
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-d7d6265a-4a5a-4275-ad82-e4434a90ef01
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/03ec8e57-aaa7-4f76-b0e6-8d239cd67c09
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure (above threshold)
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85323000 - Community health services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 4 Aug 20205 years ago
- Submission Deadline
- 4 Sep 2020Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Mar 2021 - 31 Mar 2028 Over 5 years
- 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
- CAPITALESOURCING
- Contact Name
- Westminster City Council
- Contact Email
- tenders@westminster.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW1E 6QP
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- TLI London
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/03ec8e57-aaa7-4f76-b0e6-8d239cd67c09
4th August 2020 - 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-d7d6265a-4a5a-4275-ad82-e4434a90ef01-2020-08-04T11:14:24+01:00",
"date": "2020-08-04T11:14:24+01:00",
"ocid": "ocds-b5fd17-d7d6265a-4a5a-4275-ad82-e4434a90ef01",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_235257/859497",
"title": "Core Community Drug and Alcohol Treatment Services",
"description": "The Integrated Commissioning Department of the Royal Borough of Kensington and Chelsea and the City of Westminster (the Authorities) are seeking to commission a Contractor to deliver a community-based Core Drugs and Alcohol Specific Treatment Intervention Service (the Service). The Service will be broken down into Lot 1 Substance Misuse Treatment Service and Lot 2 Alcohol Specific Treatment Intervention Service. Contractors can choose to bid for Lot 1 only, Lot 2 only, or both Lot 1 and Lot 2. The Government's updated Drug Strategy 2017 emphasises community-based recovery, promoting partnerships, service-user involvement and increased support for families. The Service will be driving an asset-based model that builds on the strengths of individuals. There will be culture of active service user involvement and personalisation to support reducing harm and sustained recovery from dependence. It will respond to the changing substance misuse trends and needs of residents. Integral to this will be earlier intervention and improved targeted provision and treatment for older people, women, families, BAME communities, those involved with the criminal justice system and residents with housing need. There will be a specialised outward facing alcohol service which will work closely with communities, primary care and provide a hospital alcohol liaison service. The aims of the Service are to: - deliver services across the Authorities to respond flexibly to the emerging trends, including those following COVID-19, and the changing substance misuse needs of residents; - to further embed the culture of active and innovative methods of Service User involvement which permeate Services' delivery; - to embody an ethos of ambition for individual success and demonstrate a proactive approach using entrepreneurship, in increasing opportunities for individual success and sustainable recovery; and - deliver clinical interventions by qualified medical staff that operate within clear clinical governance guidelines. The contract will be for a period of five (5) years, with the option to extend for a further two (2) years in aggregate. Please note the maximum price limit available for the full seven (7) year contract period is PS33,000,000 for Lot 1 and PS14,000,000 for Lot 2. Any Tenderer who exceeds this price within their bid will be excluded from this Tender. The procurement documents are available for unrestricted and full direct access, free of charge, at: www.capitalesourcing.com Additional information can be obtained from the abovementioned address. Tenders or requests to participate must be submitted electronically via: www.capitalesourcing.com",
"datePublished": "2020-08-04T11:14:24+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "85323000",
"description": "Community health services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "London",
"countryName": "United Kingdom"
}
]
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure (above threshold)",
"tenderPeriod": {
"endDate": "2020-09-04T17:00:00+01:00"
},
"contractPeriod": {
"startDate": "2021-04-01T00:00:00+01:00",
"endDate": "2028-03-31T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/03ec8e57-aaa7-4f76-b0e6-8d239cd67c09",
"datePublished": "2020-08-04T11:14:24+01:00",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-39747",
"name": "capitalEsourcing",
"identifier": {
"legalName": "capitalEsourcing"
},
"address": {
"streetAddress": "64 Victoria Street",
"locality": "London",
"postalCode": "SW1E 6QP",
"countryName": "England"
},
"contactPoint": {
"name": "Westminster City Council",
"email": "tenders@westminster.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-39747",
"name": "capitalEsourcing"
}
}