Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

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

  • Cyhoeddwyd gyntaf: 30 Gorffennaf 2021
  • Wedi'i addasu ddiwethaf: 30 Gorffennaf 2021

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
The Mayor and Commonalty and Citizens of the City of London
ID Awudurdod:
AA77658
Dyddiad cyhoeddi:
30 Gorffennaf 2021
Dyddiad Cau:
19 Awst 2021
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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 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 £450,000 and is based on a core budget of £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 October 2021 to 30th September 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.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

The Mayor and Commonalty and Citizens of the City of London

City of London Corporation, Guildhall, PO Box 270

London

EC2P 2EJ

UK

Ffôn: +44 2073321420

E-bost: Chris.mulhall@cityoflondon.gov.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.cityoflondon.gov.uk

Cyfeiriad proffil y prynwr: https://www.capitalesourcing.com

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.capitalesourcing.com


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.capitalesourcing.com


Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

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

Cyfeirnod: prj_COL_19116

II.1.2) Prif god CPV

85000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The City of London Corporation (The City) is undertaking a 1 stage procurement process in relation to the provision of a Pan-London Homeless Substance Misuse Engagement Team (the 'Service').

The Service will 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.

Further information for this opportunity can be found in II.2.4) Description of the procurement field (of this notice).

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 450 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

85100000

II.2.3) Man cyflawni

Cod NUTS:

UKI

II.2.4) Disgrifiad o’r caffaeliad

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 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 £450,000 and is based on a core budget of £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 October 2021 to 30th September 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.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 450 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 12

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

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

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Na

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 19/08/2021

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 6  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 19/08/2021

Amser lleol: 12:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.3) Gwybodaeth ychwanegol

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.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Court, Royal Courts of Justice

Strand

London

WC2A 2LL

UK

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

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.

VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu

High Court, Royal Courts of Justice

Strand

London

WC2A 2LL

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

29/07/2021

Codio

Categorïau nwyddau

ID Teitl Prif gategori
85100000 Gwasanaethau iechyd Gwasanaethau iechyd a gwaith cymdeithasol
85000000 Gwasanaethau iechyd a gwaith cymdeithasol Gwasanaethau eraill

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
Chris.mulhall@cityoflondon.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.