Award

The Provision of a Pan-London Homeless Substance Misuse Engagement Team

THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON

This public procurement record has 2 releases in its history.

Award

27 Sep 2021 at 21:45

Tender

29 Jul 2021 at 21:44

Summary of the contracting process

The City of London Corporation is currently engaged in the procurement process for "The Provision of a Pan-London Homeless Substance Misuse Engagement Team," classified under health and social work services. This is an active tender that follows an open procurement method, initiated on 29th July 2021, with a submission deadline of 12:00 on 19th August 2021. The contract, valued at £450,000, is intended to commence on 1st October 2021 and will run for one year, with the possibility of a six-month extension.

This tender presents a significant opportunity for businesses specialising in health services, particularly those with experience in substance misuse support and community engagement. Companies capable of recruiting and managing skilled teams to assist rough sleepers in accessing rehabilitation services would be particularly well-suited to compete. As the need for supportive services in London's vulnerable populations continues to grow, successful participation in this procurement could lead to expanded contracts and partnerships in the public sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

The Provision of a Pan-London Homeless Substance Misuse Engagement Team

Notice 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**

Lot Information

Lot 1

**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 PS450,000 and is based on a core budget of PS300,000 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.

Renewal: This will be upon expiry of the contract and subject to internal approvals

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02ce5e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/024001-2021
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85000000 - Health and social work services

85100000 - Health services

Notice Value(s)

Tender Value
£450,000 £100K-£500K
Lots Value
£450,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 Sep 20214 years ago
Submission Deadline
19 Aug 2021Expired
Future Notice Date
Not specified
Award Date
27 Sep 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Unsuccessful
Lots Status
Cancelled
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON
Contact Name
Not specified
Contact Email
chris.mulhall@cityoflondon.gov.uk
Contact Phone
+44 2073321420

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-h6vhtk-02ce5e-2021-09-27T22:45:07+01:00",
    "date": "2021-09-27T22:45:07+01:00",
    "ocid": "ocds-h6vhtk-02ce5e",
    "description": "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 19.08.2021 in order to participate. Tender submissions cannot be uploaded after the return deadline. The estimated value given at II.2.6) 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 450,000 GBP and is based on one core budget (300,000 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.",
    "initiationType": "tender",
    "tender": {
        "id": "prj_COL_19116",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "The Provision of a Pan-London Homeless Substance Misuse Engagement Team",
        "status": "unsuccessful",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "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**",
        "value": {
            "amount": 450000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "**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 PS450,000 and is based on a core budget of PS300,000 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.",
                "value": {
                    "amount": 450000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This will be upon expiry of the contract and subject to internal approvals"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "80%"
                        },
                        {
                            "name": "Commercial",
                            "type": "cost",
                            "description": "20%"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://www.capitalesourcing.com",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2021-08-19T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2021-08-19T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-08-19T12:00:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "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."
    },
    "parties": [
        {
            "id": "GB-FTS-4833",
            "name": "The Mayor and Commonalty and Citizens of the City of London",
            "identifier": {
                "legalName": "The Mayor and Commonalty and Citizens of the City of London"
            },
            "address": {
                "streetAddress": "City of London Corporation, Guildhall, PO Box 270",
                "locality": "London",
                "region": "UKI",
                "postalCode": "EC2P 2EJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2073321420",
                "email": "Chris.mulhall@cityoflondon.gov.uk",
                "url": "https://www.capitalesourcing.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.cityoflondon.gov.uk",
                "buyerProfile": "https://www.capitalesourcing.com",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-143",
            "name": "High Court, Royal Courts of Justice",
            "identifier": {
                "legalName": "High Court, Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "reviewContactPoint"
            ],
            "contactPoint": {
                "telephone": "+44 02079476000"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-4833",
        "name": "The Mayor and Commonalty and Citizens of the City of London"
    },
    "language": "en",
    "awards": [
        {
            "id": "024001-2021-1",
            "relatedLots": [
                "1"
            ],
            "status": "unsuccessful",
            "statusDetails": "unsuccessful"
        }
    ]
}