Kirklees Metropolitan Council : KMCPH-013 - Kirklees Alcohol & Drug Services

  Kirklees Metropolitan Council has published this notice through Delta eSourcing

Notice Summary
Title: KMCPH-013 - Kirklees Alcohol & Drug Services
Notice type: Contract Notice
Authority: Kirklees Metropolitan Council
Nature of contract: Services
Procedure: Open
Short Description: Tenders are invited by the Council of the Borough of Kirklees (the “contracting authority”) from Providers with relevant experience and ability to demonstrate sufficient capacity for the delivery of the Kirklees Alcohol and Drug Services (the “Service”). For further detail please refer to: •the Conditions of Contract; •the Service Specification and Appendices; •the Supplier Submission document. Tenderers ae invited to submit prices for the Service, as specified in the Service Specification. It is anticipated this Contract is to commence on the 1st April 2016 and will expire on 31st March 2019, with provision for two (2), one (1) year extensions. This contract will only be for the use of the contracting authority named in this notice. The procurement documentation can be found at: https://www.yortender.co.uk/procontract/supplier.nsf/frm_planner_search_results?OpenForm&contains=&cats=&order_by=DATE&all_opps=&org_id=ORG-YORE-8YSHHM, or is available at the address set out in Section 1 of this Notice.
Published: 22/10/2015 14:00

View Full Notice

UK-Huddersfield: Health and social work services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Kirklees Metropolitan Council
      Public Health, Kirkgate Buildings, Byram Street, Huddersfield, HD1 1BY, United Kingdom
      Tel. +44 1484221000, Email: mohammed.sidat@kirklees.gov.uk, URL: https://www.yortender.co.uk/procontract/supplier.nsf/frm_planner_search_results?OpenForm&contains=&cats=&order_by=DATE&all_opps=&org_id=ORG-YORE-8YSHHM, URL: https://www.yortender.co.uk/procontract/supplier.nsf/frm_planner_search_results?OpenForm&contains=&cats=&order_by=DATE&all_opps=&org_id=ORG-YORE-8YSHHM
      Contact: UKE43 - Mohammed Sidat, Attn: Mohammed Sidat
      Electronic Access URL: https://www.yortender.co.uk/procontract/supplier.nsf/frm_planner_search_results?OpenForm&contains=&cats=&order_by=DATE&all_opps=&org_id=ORG-YORE-8YSHHM
      Electronic Submission URL: https://www.yortender.co.uk/procontract/supplier.nsf/frm_planner_search_results?OpenForm&contains=&cats=&order_by=DATE&all_opps=&org_id=ORG-YORE-8YSHHM

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: KMCPH-013 - Kirklees Alcohol & Drug Services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 25

         Region Codes: UKE43 - Calderdale, Kirklees and Wakefield         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:Not Provided
      
      II.1.5)Short description of the contract or purchase:
      Health and social work services. Services related to the detention or rehabilitation of criminals. Miscellaneous health services. Services provided by nurses. Advisory services provided by nurses. Residential nursing care services. Guidance and counselling services. Rehabilitation services. Vocational rehabilitation services. Community health services. Tenders are invited by the Council of the Borough of Kirklees (the “contracting authority”) from Providers with relevant experience and ability to demonstrate sufficient capacity for the delivery of the Kirklees Alcohol and Drug Services (the “Service”).

For further detail please refer to:

•the Conditions of Contract;
•the Service Specification and Appendices;
•the Supplier Submission document.

Tenderers ae invited to submit prices for the Service, as specified in the Service Specification.

It is anticipated this Contract is to commence on the 1st April 2016 and will expire on 31st March 2019, with provision for two (2), one (1) year extensions. This contract will only be for the use of the contracting authority named in this notice.

The procurement documentation can be found at:

https://www.yortender.co.uk/procontract/supplier.nsf/frm_planner_search_results?OpenForm&contains=&cats=&order_by=DATE&all_opps=&org_id=ORG-YORE-8YSHHM,

or is available at the address set out in Section 1 of this Notice.
         
      II.1.6)Common Procurement Vocabulary:
         85000000 - Health and social work services.
         
         75231200 - Services related to the detention or rehabilitation of criminals.
         
         85140000 - Miscellaneous health services.
         
         85141200 - Services provided by nurses.
         
         85141220 - Advisory services provided by nurses.
         
         85144100 - Residential nursing care services.
         
         85312300 - Guidance and counselling services.
         
         85312500 - Rehabilitation services.
         
         85312510 - Vocational rehabilitation services.
         
         85323000 - Community health services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Tenderers ae invited to submit prices for the Service, as specified in the Service Specification which has an estimated annual value of five million, three hundred and seventy-eight thousand pounds sterling (£5,378,000).

The new Service will include all aspects of substance misuse interventions ranging from needle exchange, harm reduction, brief interventions, structured psychosocial interventions, prescribing, structured day care, recovery and aftercare support, inpatient detoxification and access to residential rehabilitation.

The term “substance misuse” refers to all illicit and performance enhancing drugs, new psychoactive substances (‘legal highs’), alcohol and prescribed and ‘over the counter’ medications.

The Service will be prevention and recovery, orientated with recovery aspirations being built in from first contact and early identification enabled across different settings. The Service will develop and model a culture that inspires people to believe that change is possible and that they can control this.

The Service will include a balance of prevention, early intervention and capacity building within partner populations to optimise outcomes.

The Service will support the individual to be able to develop their potential, and work productively and creatively, build strong relationships with others, and contribute to their community. Overall wellbeing will be enhanced when the individual is able to fulfil their personal and social goals and achieve a sense of purpose in society and impact the positive message given to other people in communities when people turn their lives around cannot be underestimated.

There are certain elements of the service that are integral to its delivery. The Provider will ensure that these elements run throughout the course of an individual’s journey:

•an Integrated Service;
•a Responsive Service;
•a Focus on Recovery & Reintegration; and
•a Life Course Approach.

For further detail please refer to:

•the Conditions of Contract and Appendices;
•the Service Specification ;
•the Supplier Submission Document, containing;

othe Business Questionnaire,
othe Delivery Plan Submission Document, and
othe Freedom of Information Schedule;
othe Data Protection Schedule;
othe Form of Tender;
othe TUPE Declaration; and
othe form of Deed of Guarantee and Indemnity.


The procurement documentation can be found at:

https://www.yortender.co.uk/procontract/supplier.nsf/frm_planner_search_results?OpenForm&contains=&cats=&order_by=DATE&all_opps=&org_id=ORG-YORE-8YSHHM,

or is available at the address set out in Section 1 of this Notice.         
         Estimated value excluding VAT: 26,890,000
         Currency: GBP
                        
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                  
         Number of possible renewals: 2
                           
      If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
         Duration in months: 12
         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 60 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      The contracting authority reserves the right to require parent or ultimate holding company guarantees and/or performance bond. Please see Section 5.3 of the Business Questionnaire (within the Supplier Submission Document) and Paragraphs 63 to 66 of the Information and Instructions for Tenderers, which are available to download at:
https://www.yortender.co.uk/procontract/supplier.nsf/frm_planner_search_results?OpenForm&contains=&cats=&order_by=DATE&all_opps=&org_id=ORG-YORE-8YSHHM,

or are available at the address set out in Section 1 of this Notice.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Payments are to be made in accordance with clause B10 and Appendix E of the Conditions of Contract contained within the tender documents, which is available to download at:
https://www.yortender.co.uk/procontract/supplier.nsf/frm_planner_search_results?OpenForm&contains=&cats=&order_by=DATE&all_opps=&org_id=ORG-YORE-8YSHHM,

or is available at the address set out in Section 1 of this Notice), including payment within thirty (30) Business Day of receipt of a valid invoice in respect of amounts in relation to which no genuine dispute exists.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Please refer to Paragraphs 5 – 9 in the introductory section of the Business Questionnaire (within the Supplier Submission Document), which is available to download at:
https://www.yortender.co.uk/procontract/supplier.nsf/frm_planner_search_results?OpenForm&contains=&cats=&order_by=DATE&all_opps=&org_id=ORG-YORE-8YSHHM,

or is available at the address set out in Section 1 of this Notice.

If the economic operator completing the Business Questionnaire is doing so as part of a proposed consortium, the following information must be provided;

1) names of all consortium members;

2) the lead member of the consortium who will be contractually responsible for delivery of the Contract (if a separate legal entity is not being created); and

3) if the consortium is not proposing to form a legal entity, full details of proposed arrangements within a separate Appendix.

Please note that the contracting authority may require the consortium to assume a specific legal form if awarded the Contract, to the extent that a specific legal form is deemed by the contracting authority as being necessary for the satisfactory performance of the Contract. All members of the consortium will be required to provide the information required in all Sections of the Business Questionnaire as part of a single composite response to the authority i.e. each member of the consortium is required to complete the form. Where an economic operator and its fellow consortium members are proposing to create a separate legal entity, such as a Special Purpose Vehicle (“SPV”), they should provide details of the actual or proposed percentage shareholding of the constituent members within the new legal entity in a separate Appendix to their Tender submissions.

The contracting authority recognises that arrangements in relation to a consortium bid may be subject to future change. Economic operators should therefore respond on the basis of the arrangements as currently envisaged. Economic operators are reminded that the contracting authority must be immediately notified of any changes, or proposed changes, in relation to the bidding model so that a further assessment can be carried out by applying the selection criteria to the new information provided. The contracting authority reserves the right to deselect any economic operator prior to any award of the Contract, based on an assessment of the updated information.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      As detailed in the tender documents, which are available to download at:
https://www.yortender.co.uk/procontract/supplier.nsf/frm_planner_search_results?OpenForm&contains=&cats=&order_by=DATE&all_opps=&org_id=ORG-YORE-8YSHHM,

or are available at the address set out in Section 1 of this Notice).      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      Information and formalities necessary for evaluating if the requirements are met:

In accordance with:

1) Article 57 and 59 to 61 of Directive 2014/24/EU; and

2) Regulations 57-61 of the Public Contracts 2015,

which require or permit the contracting authority not to select or to treat as ineligible, economic operators, the contracting authority reserves the right to exclude any Tenderer whom they deem to not satisfy any criteria outlined within the scoring matrices contained within the Supplier Submission Document, which is available to download at:
https://www.yortender.co.uk/procontract/supplier.nsf/frm_planner_search_results?OpenForm&contains=&cats=&order_by=DATE&all_opps=&org_id=ORG-YORE-8YSHHM,

or is available at the address set out in Section 1 of this Notice).      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         Finance

See Section 5 of the Business Questionnaire (available to download at https://www.yortender.co.uk/procontract/supplier.nsf/frm_planner_search_results?OpenForm&contains=&cats=&order_by=DATE&all_opps=&org_id=ORG-YORE-8YSHHM, or is available at the address set out in Section 1 of this Notice).

Economic operators must submit either:

a) A copy of the audited accounts for the most recent two (2) years.

b) A statement of the turnover, profit & loss account, current liabilities and assets, and cash flow for the most recent year of trading for this organisation.

c) A statement of the cash flow forecast for the current year and a bank letter outlining the current cash and credit position.

d) Alternative means of demonstrating financial status if any of the above documents are not available (e.g. Forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank, charity accruals accounts or an alternative means of demonstrating financial status).

Economic operators must also confirm whether or not they are part of a wider group (e.g. a subsidiary of a holding/parent company), and if so must provide confirmation of:

•the name of the organisation;
•the relationship to the economic operator completing the Business Questionnaire; the organisation’s company accounts (if available); and confirmation on whether or not this organisation would be willing to provide a guarantee if necessary, and if not would the economic operator be able to obtain a guarantee elsewhere (e.g. from a bank?)

Insurance

See Sections 7(A) (1) (a) and 7(B) of the Business Questionnaire (available to download at:
https://www.yortender.co.uk/procontract/supplier.nsf/frm_planner_search_results?OpenForm&contains=&cats=&order_by=DATE&all_opps=&org_id=ORG-YORE-8YSHHM,

or is available at the address set out in Section 1 of this Notice).

Economic operators are asked to self-certify whether they already have, or can commit to obtain, prior to the Commencement Date of the Contract (i.e. 1st April 2016), the levels of insurance cover indicated below:

a) Employer’s (Compulsory) Liability Insurance £10,000,000 (in relation to any one claim or series of claims);

b) Public/ Products Liability Insurance £10,000,000 (in relation to any one claim or series of claims);

c) Professional Indemnity Insurance £1,000,000 (in relation to any one claim or series of claims); and

d) Clinical Negligence / Malpractice £10,000,000 (in relation to any one claim or series of claims).         
         Minimum Level(s) of standards possibly required:
         Finance

See Section 5 of the Business Questionnaire (available to download at https://www.yortender.co.uk/procontract/supplier.nsf/frm_planner_search_results?OpenForm&contains=&cats=&order_by=DATE&all_opps=&org_id=ORG-YORE-8YSHHM, or is available at the address set out in Section 1 of this Notice).

Responses to Section 5 of the Business Questionnaire shall be primarily for information purposes only.
HOWEVER, all economic operators must supply one of (a) to (d) to the left in order to demonstrate financial standing as required under this Section 5.
Failure to supply any one of either (a) to (d) may result in exclusion.
Any answers which leads the contracting authority, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the economic operator’s ability to properly perform the contract) that it would be inappropriate to select the economic operator on this occasion will result in exclusion.
If economic operator has indicated that it parent or holding company is prepared to guarantee the performance of its organisation, the information provided in response to Section 5.3 of the Business Questionnaire will be used in the financial assessment of the economic operator.

Insurance

See Sections 7(A) (1) (a) and 7(B) of the Business Questionnaire (available to download at:
https://www.yortender.co.uk/procontract/supplier.nsf/frm_planner_search_results?OpenForm&contains=&cats=&order_by=DATE&all_opps=&org_id=ORG-YORE-8YSHHM,

or is available at the address set out in Section 1 of this Notice).

Failure to indicate “Yes” to and of the required insurances to the left will result in exclusion.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         
         Information and formalities necessary for evaluating if requirements are met:
         Economic operators are asked to provide evidence of relevant experience and references in accordance with the requirements set out within Sections 6, 7(A) (1) and 7(A)(3) of the Business Questionnaire (available to download at https://www.yortender.co.uk/procontract/supplier.nsf/frm_planner_search_results?OpenForm&contains=&cats=&order_by=DATE&all_opps=&org_id=ORG-YORE-8YSHHM, or is available at the address set out in Section 1 of this Notice).


a)The economic operator’s organisation’s job descriptions currently, or will by the Commencement Date of this Contract (i.e. 1st April 2016), be written in accordance with Drug and Alcohol National Occupational Standards (“DANOS”) competencies (March 2014 version) or equivalent for all roles associated with this Contract.

b)The economic operator currently, or agrees that before the Commencement Date of the Contract (i.e. 1st April 2016), that its organisation’s policies and procedures are in place to ensure you adhere to the standards set in Quality in Alcohol and Drug Services (“QuADS”) (or equivalent).

c)The economic operator agrees that the Service will work towards the following National Institute for Health and Care Excellence Standards (“NICE”) (or the equivalent thereof):–

a.Quality Standard Alcohol Dependence and Harmful Alcohol Use QS11;
b.Quality Standard for drug use disorders QS23;
c.Drug Misuse: Psycho-social interventions CG51;
d.Drug Misuse: Opioid detoxification CG52;
e.Alcohol use disorders: Diagnosis and clinical management of alcohol-related physical complications CG100;
f.Pregnancy and complex social factors 2010 CG110;
g.Alcohol-use disorders: diagnosis, assessment and management of harmful drinking and alcohol dependence CG115;
h.Psychosis with co-existing substance misuse CG120;
i.Psychosis and schizophrenia in adults: treatment and management CG178;
j.Interventions to reduce substance misuse among vulnerable young people PH4;
k.Alcohol use disorders: Preventing harmful drinking PH24;
l.Behaviour Change: Individual approaches PH49;
m.Domestic violence and abuse: how health services, social care and the organisations they work with can respond effectively PH50;
n.Needle and syringe programmes PH52;
o.Methadone and Buprenorphine for the Management of Opioid Dependence TA114; and
p.Naltrexone for the Management of Opioid Dependence TA115.

d)The economic operator’s organisation is registered with the Care Quality Commission (“CQC”).

e)The economic operator has policies and practices in place to ensure the infection prevention and control standards are met in accordance with the Health and Social Care Act 2008, the Code of practice on the prevention and control of infections and related guidance (Revised 2010) reducing the risk of microbial contamination through everyday practice that minimises the risk of infection to patients, staff and visitors.

The economic operator has appropriate policies, procedures training and accreditation in place to ensure all equipment necessary for the delivery of the Service will be used and maintained in accordance with the manufacturers’ instructions and current infection control guidance.         
         Minimum Level(s) of standards possibly required:
         See Sections 6 and 7(A) (3) of the Business Questionnaire (available to download at https://www.yortender.co.uk/procontract/supplier.nsf/frm_planner_search_results?OpenForm&contains=&cats=&order_by=DATE&all_opps=&org_id=ORG-YORE-8YSHHM, or is available at the address set out in Section 1 of this Notice).

Responses to Section 6 will be scored as follows:

Pass = Excellent examples provided (matching client requirement)

Fail = Poor examples provided (NOT matching client requirement)

Any Responses of “No” to Section 7(A)(1) to the left will result in exclusion
Responses to Section 7(A)(3) will be scored as follows:

•if an economic operator provides an answer of “No”,

OR

•the contracting authority fails to receive three (3) business questionnaires matching the detail in Section 6,

OR

•if any information obtained from referees leads the contracting authority, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the economic operator’s ability to properly perform the contract) that it would be inappropriate to select the economic operator on this occasion,

then the contracting authority reserves the right to exclude the economic operator.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: KMCPH-013      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 23/11/2015
         Time: 13:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in month(s): 6
      
      IV.3.8)Conditions for opening tenders
         Not Provided

Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (“SMEs”). However, any selection of Tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender in accordance with the criteria referred to in Section (IV.2.2) of this Notice above.

The procurement documentation can be found at:

https://www.yortender.co.uk/procontract/supplier.nsf/frm_planner_search_results?OpenForm&contains=&cats=&order_by=DATE&all_opps=&org_id=ORG-YORE-8YSHHM,

or is available at the address set out in Section 1 of this Notice.

Electronic ordering will be used and electronic invoicing will be accepted and electronic payment will be used.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=168189681
GO-20151022-PRO-7225936 TKR-20151022-PRO-7225935
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: The contracting authority will incorporate a minimum ten (10) calendar day standstill period at the point when information on the award of the contract is communicated to tenderers. If an appeal regarding the award of the contract has not been successfully resolved the Public Contracts Regulation 2015 provided for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 22/10/2015

ANNEX A

View any Notice Addenda

View Award Notice

UK-Huddersfield: Health and social work services.

Section I: Contracting Authority
   Title: UK-Huddersfield: Health and social work services.
   I.1)Name, Addresses and Contact Point(s):
      Kirklees Metropolitan Council
      Public Health, Kirkgate Buildings, Byram Street, Huddersfield, HD1 1BY, United Kingdom
      Tel. +44 1484221000, Email: publichealthcommissioning@kirklees.gov.uk, URL: https://www.yortender.co.uk/procontract/supplier.nsf/frm_planner_search_results?OpenForm&contains=&cats=&order_by=DATE&all_opps=&org_id=ORG-YORE-8YSHHM, URL: https://www.yortender.co.uk/procontract/supplier.nsf/frm_planner_search_results?OpenForm&contains=&cats=&order_by=DATE&all_opps=&org_id=ORG-YORE-8YSHHM
      Contact: UKE43 - Mohammed Sidat, Attn: Mohammed Sidat
      Electronic Access URL: https://www.yortender.co.uk/procontract/supplier.nsf/frm_planner_search_results?OpenForm&contains=&cats=&order_by=DATE&all_opps=&org_id=ORG-YORE-8YSHHM
      Electronic Submission URL: https://www.yortender.co.uk/procontract/supplier.nsf/frm_planner_search_results?OpenForm&contains=&cats=&order_by=DATE&all_opps=&org_id=ORG-YORE-8YSHHM

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: KMCPH-013 - Kirklees Alcohol & Drug Services      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 25
         Do you agree to the publication of this notice?: Yes          
         Region Codes: UKE43 - Calderdale, Kirklees and Wakefield         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Health and social work services. Services related to the detention or rehabilitation of criminals. Miscellaneous health services. Services provided by nurses. Advisory services provided by nurses. Residential nursing care services. Guidance and counselling services. Rehabilitation services. Vocational rehabilitation services. Community health services. Tenders are invited by the Council of the Borough of Kirklees (the “contracting authority”) from Providers with relevant experience and ability to demonstrate sufficient capacity for the delivery of the Kirklees Alcohol and Drug Services (the “Service”).

For further detail please refer to:

•the Conditions of Contract;
•the Service Specification and Appendices;
•the Supplier Submission document.

Tenderers ae invited to submit prices for the Service, as specified in the Service Specification.

It is anticipated this Contract is to commence on the 1st April 2016 and will expire on 31st March 2019, with provision for two (2), one (1) year extensions. This contract will only be for the use of the contracting authority named in this notice.

The procurement documentation can be found at:

https://www.yortender.co.uk/procontract/supplier.nsf/frm_planner_search_results?OpenForm&contains=&cats=&order_by=DATE&all_opps=&org_id=ORG-YORE-8YSHHM,

or is available at the address set out in Section 1 of this Notice.
      II.1.5)Common procurement vocabulary:
         85000000 - Health and social work services.
         75231200 - Services related to the detention or rehabilitation of criminals.
         85140000 - Miscellaneous health services.
         85141200 - Services provided by nurses.
         85141220 - Advisory services provided by nurses.
         85144100 - Residential nursing care services.
         85312300 - Guidance and counselling services.
         85312500 - Rehabilitation services.
         85312510 - Vocational rehabilitation services.
         85323000 - Community health services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 22,135,505
         Currency: GBP

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Open
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Service Delivery, inc. Outline of the Service, Care Pathways, Clinical Governance, Accessibility, Community Provision, Marketing and Communication, Mobilisation Plan - 60% - 60
         Service Budget, Organisational Management and Staffing, inc. Service budget, Organisational set-up, Skills and competencies - 27.5% - 27
         Outcome - 7.5% - 8
         Information Goverance - 5% - 5
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: KMCPH-013         
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2015/S 208 - 377943 of 22/10/2015
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: KMCPH-013
      
      Title: Kirklees Alcohol & Drug Services

      V.1)Date Of Contract Award: 21/12/2015      
      V.2) Information About Offers
         Number Of Offers Received: 2          
         Number Of Offers Received By Electronic Means: 2       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Lifeline Project Ltd
         Postal address: Unit 14/15, Third Floor, 12 Hilton Street
         Town: Manchester
         Postal code: M1 1JF
         Country: United Kingdom
         Email: helen.young@lifeline.org.uk
         Internet address: http://www.lifeline.org.uk/
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 26,890,000
            Currency: GBP

         Total final value of the contract
            Value: 22,135,505
            Currency: GBP
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         
         Proportion: 30.0 %
      
         Short description of the value/proportion of the contract to be sub-contracted:
            3 additional organisations are being sub-contracted to deliver a range of support. This includes clinical interventions, alcohol engagement and early intervention work and recovery support


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (“SMEs”). However, any selection of Tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender in accordance with the criteria referred to in Section (IV.2.2) of this Notice above.

The procurement documentation can be found at:

https://www.yortender.co.uk/procontract/supplier.nsf/frm_planner_search_results?OpenForm&contains=&cats=&order_by=DATE&all_opps=&org_id=ORG-YORE-8YSHHM,

or is available at the address set out in Section 1 of this Notice.

Electronic ordering will be used and electronic invoicing will be accepted and electronic payment will be used.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=179571821
GO-20151222-PRO-7495933 TKR-20151222-PRO-7495932   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   VI.3.2)Lodging of appeals: The contracting authority will incorporate a minimum ten (10) calendar day standstill period at the point when information on the award of the contract is communicated to tenderers. If an appeal regarding the award of the contract has not been successfully resolved the Public Contracts Regulation 2015 provided for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 22/12/2015