Shropshire Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | DMC 114 - Recovery Orientated Substance Misuse Services |
Notice type: | Contract Notice |
Authority: | Shropshire Council |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Health and social work services. This is a notice for social and specific services in accordance with Directive 2014/24/EU, Article 74 Health and Social Related Services. Shropshire Council is seeking a service provider to provide a recovery orientated substance misuse service to serve the administrative County of Shropshire. Shropshire Council, as part of its transformation programme, is moving away from direct service delivery to become a commissioning body. This has provided the opportunity to review the current system of drug and alcohol services provided by the Council in-house and the remaining elements by three external providers. Shropshire Council is seeking a new provider of specialist community drug and alcohol treatment service for adults and young people this will include all aspects of community provision to support recovery and will exclude the provision of residential rehabilitation, inpatient detoxification and community pharmacy services. The new service will need to be responsive to changing needs, including Novel Psychoactive Substances, prescribed and over the counter drugs and recovery focused in line with the ambitions of the National Drug Strategy (NDS) of 2010. Recovery is defined in the NDS as involving freedom from dependence, wellbeing and citizenship and is aligned to Shropshire Councils priorities of: a)Protecting – Strive to keep people from harm (in a way that does not compromise choice). b)Growing – Help to manage our environment (in a way that helps Shropshire to thrive). c)Helping – Helping people to help themselves (in a way that helps them to make the most of the choices available to them). The new contract will be commissioned to meet the following outcomes: •Freedom of dependence on drugs and / or alcohol; •Prevention of drug related deaths and blood borne viruses; •A reduction in crime and re-offending •Sustained employment and the ability to access and sustain suitable accommodation; •Improvement in mental and physical health and wellbeing; •Improved relationships with family members, partners and friends; •The capacity to be an effective parent. It is envisaged the new provider will increase sustainable recovery and help reduce future demand. This will require holistic approach that supports families in need, addresses other factors such as criminal justice, housing and employment issues. With recovery as its focus the new system will need to deliver a range of clinical, psychosocial and recovery support interventions that have a proven effectiveness in the management and recovery of drug and alcohol issues. Interventions will be tailored to meet client needs and all provision must comply with up to date clinical guidelines, and meet standards as set out by NICE (National Institute for Clinical Effectiveness). It is considered that the Employee ‘Transfer of Undertakings (Protection of Employment) Regulations ‘2006 (‘TUPE’) will apply to this contract. Also compliance with the provisions of The Best Value Authorities Staff Transfers (Pensions) Direction 2007, in relation to the Local Government Pension Scheme (as administered by Shropshire County Pension Fund) will also be required. Applicants are advised to seek their own legal advice about the practicality of these regulations. As a public authority, in line with the Public Services (Social Value) Act 2012 the Council has due regard to economic, social and environmental well-being in Shropshire. Accordingly the council is looking, in relation to the delivery of this contract, for proposals from contractors that could help provide social value benefits within Shropshire where practicable and to maximise the social and economic impact of the proposed contract. This is a notice for Social and specific services in accordance with Directive 2014/24/EU Article74 being Public Health Services. Accordingly the Council will follow a process based on the principles of transparency. The Council will treat all economic operators equally and in a non-discriminatory way. The contract will run |
Published: | 25/03/2015 11:18 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Shropshire Council
Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
Tel. +44 1743252993, Fax. +44 1743253910, Email: procurement@shropshire.gov.uk
Contact: Procurement, Attn: Nigel Denton
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: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: DMC 114 - Recovery Orientated Substance Misuse Services
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 25
Region Codes: UKG22 - Shropshire CC
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Health and social work services. Health and social work services. This is a notice for social and specific services in accordance with Directive 2014/24/EU, Article 74 Health and Social Related Services. Shropshire Council is seeking a service provider to provide a recovery orientated substance misuse service to serve the administrative County of Shropshire.
Shropshire Council, as part of its transformation programme, is moving away from direct service delivery to become a commissioning body. This has provided the opportunity to review the current system of drug and alcohol services provided by the Council in-house and the remaining elements by three external providers. Shropshire Council is seeking a new provider of specialist community drug and alcohol treatment service for adults and young people this will include all aspects of community provision to support recovery and will exclude the provision of residential rehabilitation, inpatient detoxification and community pharmacy services. The new service will need to be responsive to changing needs, including Novel Psychoactive Substances, prescribed and over the counter drugs and recovery focused in line with the ambitions of the National Drug Strategy (NDS) of 2010.
Recovery is defined in the NDS as involving freedom from dependence, wellbeing and citizenship and is aligned to Shropshire Councils priorities of:
a)Protecting – Strive to keep people from harm (in a way that does not compromise choice).
b)Growing – Help to manage our environment (in a way that helps Shropshire to thrive).
c)Helping – Helping people to help themselves (in a way that helps them to make the most of the choices available to them).
The new contract will be commissioned to meet the following outcomes:
•Freedom of dependence on drugs and / or alcohol;
•Prevention of drug related deaths and blood borne viruses;
•A reduction in crime and re-offending
•Sustained employment and the ability to access and sustain suitable accommodation;
•Improvement in mental and physical health and wellbeing;
•Improved relationships with family members, partners and friends;
•The capacity to be an effective parent.
It is envisaged the new provider will increase sustainable recovery and help reduce future demand. This will require holistic approach that supports families in need, addresses other factors such as criminal justice, housing and employment issues.
With recovery as its focus the new system will need to deliver a range of clinical, psychosocial and recovery support interventions that have a proven effectiveness in the management and recovery of drug and alcohol issues. Interventions will be tailored to meet client needs and all provision must comply with up to date clinical guidelines, and meet standards as set out by NICE (National Institute for Clinical Effectiveness).
It is considered that the Employee ‘Transfer of Undertakings (Protection of Employment) Regulations ‘2006 (‘TUPE’) will apply to this contract. Also compliance with the provisions of The Best Value Authorities Staff Transfers (Pensions) Direction 2007, in relation to the Local Government Pension Scheme (as administered by Shropshire County Pension Fund) will also be required. Applicants are advised to seek their own legal advice about the practicality of these regulations.
As a public authority, in line with the Public Services (Social Value) Act 2012 the Council has due regard to economic, social and environmental well-being in Shropshire. Accordingly the council is looking, in relation to the delivery of this contract, for proposals from contractors that could help provide social value benefits within Shropshire where practicable and to maximise the social and economic impact of the proposed contract.
This is a notice for Social and specific services in accordance with Directive 2014/24/EU Article74 being Public Health Services. Accordingly the Council will follow a process based on the principles of transparency. The Council will treat all economic operators equally and in a non-discriminatory way.
The contract will run for an initial period of three years with an option to extend for further 12 month periods up to a maximum of a further 2 years.
II.1.6)Common Procurement Vocabulary:
85000000 - Health and social work services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: Yes
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Not Provided
Estimated value excluding VAT: 14,500,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 01/02/2016
Completion: 01/02/2021
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:
see tender documentation
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
see tender documentation
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and severable liability
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
see tender documentation
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
see PQQ documentation
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
see PQQ documentation
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
see PQQ documentation
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: Yes
If yes, reference to relevant law, regulation or administrative provision:
Health and Social Care Act 2008 (Regulated Activities) Regulations 2010 or EU equivalent
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: Yes
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 5 and maximum number: 8
Objective Criteria for choosing the limited number of candidates:
Please see PQQ documentation. It is the Council's intention to select up to 8 bidders to be issued with the invitation to submit a tender, provided there are eight suitably qualified bidders at the pre-qualification stage.
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: Not Provided
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: DMC 114
IV.3.2)Previous publication(s) concerning the same contract: Not Provided
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 28/04/2015
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 29/04/2015
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 13/05/2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Yes
Estimated timing for further notices to be published: 2021
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
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, and the contract will be awarded on the basis of the most economically advantageous tender.Applicants can view more information about this opportunity by visiting (link to be inserted).To respond to this opportunity, please click here (link to be inserted)The Contracting Authority reserves the right not to award a contract or to award any option(s) it so wishes. Closing date for the submission of tenders is 12 noon 24 June 2015.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Health-and-social-work-services./X7D8Y73687
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/X7D8Y73687
GO-2015325-PRO-6470358 TKR-2015325-PRO-6470357
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Shropshire Council
Shirehall, Shrewsbury, SY2 6ND, United Kingdom
Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
VI.4.2)Lodging of appeals: The contracting authority will incorporate a minimum 10 day calendar day standstill period at the point of information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Additional information should be requested from the contact in Section 1.1. If an appeal regarding the award of contract has not been successfully resolved the Public Contracts Regulations 2006 (S1 2006 No 5) provide for aggrieved parties who have been harmed or are at risk
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Shropshire Council
VI.5) Date Of Dispatch Of This Notice: 25/03/2015
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Shropshire Council is purchasing on behalf of itself and any wholly owned local authority company or other entity that is deemed to be a contracting authority by virtue of the Council’s involvement.
Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Shrewsbury: Health and social work services.
I.1)Name, Addresses and Contact Point(s):
Shropshire Council
Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
Tel. +44 1743252993, Fax. +44 1743253910, Email: procurement@shropshire.gov.uk
Contact: Procurement, Attn: Nigel Denton
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: Yes
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: DMC 114 - Recovery Orientated Substance Misuse 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: UKG22 - Shropshire CC
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. Health and social work services. This was a notice for social and specific services in accordance with Directive 2014/24/EU, Article 74 Health and Social Related Services. Shropshire Council was seeking a service provider to provide a recovery orientated substance misuse service to serve the administrative County of Shropshire.
The contract was for the provision of a specialist community drug and alcohol treatment service for adults and young people including all aspects of community provision to support recovery and excluding the provision of residential rehabilitation, inpatient detoxification and community pharmacy services.
The contract is for an initial period of three years with an option to extend for further 12 month periods up to a maximum of a further 2 years.
II.1.5)Common procurement vocabulary:
85000000 - Health and social work services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 14,500,000
Currency: GBP
Excluding VAT: Yes
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Quality - 60
Price - 40
IV.2.2)Information about electronic auction:
An electronic auction will be used: Not Provided
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: DMC 114
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2015/S 62 - 109130 of 28/03/2015
Section V: Award Of Contract
1: Award And Contract Value
Contract No: DMC 114
V.1)Date Of Contract Award: 14/10/2015
V.2) Information About Offers
Number Of Offers Received: 6
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: ARCH Initiatives
Postal address: Willow House, Clatterbridge Hospital, Clatterbridge Road
Town: Bebington
Postal code: CH63 4JY
Country: United Kingdom
Email: s.jones@archfutures.com
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
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: Not Provided
VI.2)Additional Information:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=169100826
GO-2015115-PRO-7284900 TKR-2015115-PRO-7284899
VI.3.1)Body responsible for appeal procedures:
Shropshire Council
Shirehall, Shrewsbury, SY2 6ND, United Kingdom
Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
VI.3.2)Lodging of appeals: The Contracting Authorities incorporated a minimum 10 calendar day standstill period at the point of information at which the award of contract was communicated to tenderers. There were no appeals.
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Shropshire Council
VI.4)Date Of Dispatch Of This Notice: 05/11/2015
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Shropshire Council is purchasing on behalf of itself and any wholly owned local authority company or other entity that is deemed to be a contracting authority by virtue of the Council’s involvement together also potentially for any Local Authority, other public bodies and Registered Social Landlords within neighbouring Authority areas to Shropshire including Telford & Wrekin, Powys, Worcestershire, Herefordshire, Staffordshire and all other remaining West Midland Authorities.
Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom