Tender

Pan London - In-Patient Detoxification and Stabilisation Universal Beds

THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON

This public procurement record has 1 release in its history.

Tender

18 Apr 2023 at 14:06

Summary of the contracting process

The City of London Corporation is conducting a procurement process for the provision of a Hospital-based In-Patient Detox Service known as "Pan London - In-Patient Detoxification and Stabilisation Universal Beds". This service falls under the Health and Social Work Services category and is valued at £1,950,000 GBP. Interested suppliers must submit their tender by 12:00 on 19th May 2023. The contract is for a duration of up to eighteen months, with confirmed grant funding from 01/10/2023. The buying organisation is The Mayor and Commonalty and Citizens of the City of London.

This tender opportunity presents a chance for businesses in the health services industry to bid for providing hospital-based detoxification and stabilisation services in London. Organisations with experience in delivering inpatient detox services for substance misusers are well-suited to compete. The City of London aims to commission a high-quality service focusing on positive treatment outcomes and improving health and wellbeing. The total contract value is £1,950,000 GBP, with opportunities for contract extensions and additional funding indicated. The procurement process is described as an 'open procedure' with clear guidelines for submission and review.

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

Pan London - In-Patient Detoxification and Stabilisation Universal Beds

Notice Description

The City of London Corporation (The City) is undertaking a 1 stage procurement process in relation to a Hospital based In-Patient Detox Service for London (the 'Service'). The Service will commission a hospital-based inpatient detoxification and stabilisation (IPD) service for drugs and alcohol Further information for this opportunity can be found in II.2.4) Description of the procurement field (of this notice). Please note that confirmed grant funding has been received from 01/10/2023 to 31/03/2024 and indicative grant funding has been received from 01/04/2024 to 31/03/2025.

Lot Information

Lot 1

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.capitalesourcing.com The City of London wishes to commission an organisation with relevant experience to provide a hospital-based inpatient detoxification and stabilisation (IPD) service for drugs and alcohol as part of a pan-London response to increasing inpatient detoxification capacity for substance misusers with co-morbid physical and mental health needs. The service will make a critical contribution to the wider strategic intention to reduce drug and alcohol related offending and reduce harm linked to substance misuse. The vision is to commission a high-quality, outcomes-focused service which offers safe, psychologically informed and person-centred, interventions which are evidence-based and represent good value for money. The service will seek to maximise positive treatment outcomes, as well as improve the health, wellbeing and life chances of alcohol and drug dependent service users who require inpatient detoxification. The aims of the service are to: * To deliver an integrated IPD care pathway underpinned by a shared understanding of the recovery principles applicable to all commissioned drug and alcohol treatment services across London boroughs * To provide a multi-disciplinary partnership between pan-London local authorities, community substance misuse teams, housing and social care, and tertiary care in order to provide a holistic inpatient detoxification service * To collaborate with the provision of local authority services aligning with presenting needs aiming to maximise positive treatment outcomes * To prioritise those who have additional physical and mental health needs * To place service users at the centre of delivering holistic care, promoting health, well-being and life chances * To raise the aspirations of service users and lower barriers to care to strengthen engagement with treatment by building trust and understanding in the service provided Organisations should note that the total fixed budget for this Service is PS1,950,000 and is based on a core budget of PS650,000 GBP for six months. The duration of the contract is six (6) months, with the option to extend for a further one (1) year. The Contract is intended to commence from 1st October 2023 to 31st March 2024. Please note that confirmed grant funding has been received from 01/10/2023 to 31/03/2024 and indicative grant funding has been received from 01/04/2024 to 31/03/2025. 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.

Options: The duration of the contract will be for six (6) months, with the option to extend for up to a further twelve (12) month period

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

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03bf87
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011124-2023
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
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
£1,950,000 £1M-£10M
Lots Value
£1,950,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Apr 20232 years ago
Submission Deadline
19 May 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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-03bf87-2023-04-18T15:06:56+01:00",
    "date": "2023-04-18T15:06:56+01:00",
    "ocid": "ocds-h6vhtk-03bf87",
    "description": "This tendering exercise is being undertaken using the electronic tendering system 'CapitaleSourcing' (url:www.capitalesourcing.com). Suppliers will need to register an interest in 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 19.05.2023 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 1,950,000 GBP and is based on one core budget (650,000 GBP per six months). Please note that confirmed grant funding has been received from 01/10/2023 to 31/03/2024 and indicative grant funding has been received from 01/04/2024 to 31/03/2025. 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 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 falls 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_21946",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Pan London - In-Patient Detoxification and Stabilisation Universal Beds",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "description": "The City of London Corporation (The City) is undertaking a 1 stage procurement process in relation to a Hospital based In-Patient Detox Service for London (the 'Service'). The Service will commission a hospital-based inpatient detoxification and stabilisation (IPD) service for drugs and alcohol Further information for this opportunity can be found in II.2.4) Description of the procurement field (of this notice). Please note that confirmed grant funding has been received from 01/10/2023 to 31/03/2024 and indicative grant funding has been received from 01/04/2024 to 31/03/2025.",
        "value": {
            "amount": 1950000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "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.capitalesourcing.com The City of London wishes to commission an organisation with relevant experience to provide a hospital-based inpatient detoxification and stabilisation (IPD) service for drugs and alcohol as part of a pan-London response to increasing inpatient detoxification capacity for substance misusers with co-morbid physical and mental health needs. The service will make a critical contribution to the wider strategic intention to reduce drug and alcohol related offending and reduce harm linked to substance misuse. The vision is to commission a high-quality, outcomes-focused service which offers safe, psychologically informed and person-centred, interventions which are evidence-based and represent good value for money. The service will seek to maximise positive treatment outcomes, as well as improve the health, wellbeing and life chances of alcohol and drug dependent service users who require inpatient detoxification. The aims of the service are to: * To deliver an integrated IPD care pathway underpinned by a shared understanding of the recovery principles applicable to all commissioned drug and alcohol treatment services across London boroughs * To provide a multi-disciplinary partnership between pan-London local authorities, community substance misuse teams, housing and social care, and tertiary care in order to provide a holistic inpatient detoxification service * To collaborate with the provision of local authority services aligning with presenting needs aiming to maximise positive treatment outcomes * To prioritise those who have additional physical and mental health needs * To place service users at the centre of delivering holistic care, promoting health, well-being and life chances * To raise the aspirations of service users and lower barriers to care to strengthen engagement with treatment by building trust and understanding in the service provided Organisations should note that the total fixed budget for this Service is PS1,950,000 and is based on a core budget of PS650,000 GBP for six months. The duration of the contract is six (6) months, with the option to extend for a further one (1) year. The Contract is intended to commence from 1st October 2023 to 31st March 2024. Please note that confirmed grant funding has been received from 01/10/2023 to 31/03/2024 and indicative grant funding has been received from 01/04/2024 to 31/03/2025. 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.",
                "value": {
                    "amount": 1950000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 180
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This will be upon expiry of the contract and subject to internal approvals"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The duration of the contract will be for six (6) months, with the option to extend for up to a further twelve (12) month period"
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://www.capitalesourcing.com",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2023-05-19T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2023-05-19T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2023-05-19T12:00:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "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."
    },
    "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": {
                "name": "Mohammad Mostafa",
                "telephone": "+44 2073323810",
                "email": "Mohammad.Mostafa@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"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-4833",
        "name": "The Mayor and Commonalty and Citizens of the City of London"
    },
    "language": "en"
}