Provision of a Hospital based In-Patient Detox Service for London

A Tender Notice
by THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON

Source
Find a Tender
Type
Contract (Services)
Duration
1 year
Value
£2M
Sector
HEALTH
Published
04 May 2021
Delivery
To 21 May 2022 (est.)
Deadline
26 May 2021 11:00

Concepts

Location

London:

Geochart for 1 buyers and 0 suppliers

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).

Total Quantity or Scope

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 £1,950,000 and is based on a core budget of £1,300,000 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 August 2021 to 31st July 2022. 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.

Renewal Options

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

CPV Codes

  • 85000000 - Health and social work services
  • 85100000 - Health services

Indicators

  • This is a one-off contract (no recurrence)
  • Options are available.
  • Renewals are available.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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 26.05.2021 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 1,950,000 GBP and is based on one core budget (1,300,000 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.

Reference

Domains