Shropshire Council: PMCV 013 – Community Drug and Alcohol Treatment and Recovery Service

  Shropshire Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: PMCV 013 – Community Drug and Alcohol Treatment and Recovery Service
Notice type: Contract Notice
Authority: Shropshire Council
Nature of contract: Services
Procedure: Open
Short Description: Shropshire Council is seeking a new provider of specialist community drug and alcohol treatment recovery service for adults and young people. 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. The contract will run for an initial period of three years with an option to extend for 12 month periods up to a maximum of a further 4 years. Excluded from this contract is inpatient assisted withdrawal, community pharmacy needle exchange and the medications budget.
Published: 12/09/2018 15:54
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Shrewsbury: Health and social work services.
Section I: Contracting Authority
      I.1) Name and addresses
             Shropshire Council
             Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
             Tel. +44 1743252993, Fax. +44 1743253910, Email: procurement@shropshire.gov.uk
             Contact: Procurement
             Main Address: www.shropshire.gov.uk
             NUTS Code: UKG22
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Health-and-social-work-services./VMRA8UQET6
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/VMRA8UQET6 to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: http://www.delta-esourcing.com/tenders/UK-title/VMRA8UQET6
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: PMCV 013 – Community Drug and Alcohol Treatment and Recovery Service       
      Reference Number: PMCV 013
      II.1.2) Main CPV Code:
      85000000 - Health and social work services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Shropshire Council is seeking a new provider of specialist community drug and alcohol treatment recovery service for adults and young people.
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.

The contract will run for an initial period of three years with an option to extend for 12 month periods up to a maximum of a further 4 years.
Excluded from this contract is inpatient assisted withdrawal, community pharmacy needle exchange and the medications budget.       
      II.1.5) Estimated total value:
      Value excluding VAT: 6,880,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKG22 Shropshire CC
      
      II.2.4) Description of procurement: Shropshire Council is seeking a new provider of specialist community drug and alcohol treatment recovery service for adults and young people.
The contract will include all aspects of community provision to support recovery and harm reduction, including the provision of pharmacological and psychosocial interventions (including community assisted withdrawal) to support adults and young people recover from problematic drug and alcohol use. A range of interventions to reduce the spread of blood borne viruses and reduce drug related death will also form part of the contract.
The service will need to be responsive to changing needs, including reducing the rise in drug related deaths, an ageing opiate population, increasing numbers in treatment six years plus, novel psychoactive substances, dependence on prescribed and over the counter drugs.
In line the National Drug Strategy (NDS) of 2017 the service will also need to be ambitious for full recovery, improving both treatment quality and outcomes for different user groups, ensuring people get the right intervention to support their level of need. The service will need to work in partnership with a range of other agencies from both the statutory and voluntary sector, facilitating a joined up approach to the services that are essential to supporting every individual to live without dependence.
For young people, the service will need to be able to be flexible in its approach, working closely with Children and Family services, local schools and colleges to prevent the onset of drug and alcohol use and support those where use has become problematic
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 a holistic approach that supports individuals and families in need, addresses other factors such as criminal justice, housing, health and employment issues.
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. Please note compliance with NHS pension rights 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 12 month periods up to a maximum of a further 4 years.
Excluded from this contract is inpatient assisted withdrawal, community pharmacy needle exchange and the medications budget.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 6,880,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2019 / End: 31/03/2022       
      This contract is subject to renewal: Yes       
      Description of renewals: 4 years
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      See tender documentation.    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      See tender documentation.    
      Minimum level(s) of standards possibly required (if applicable) :       
      See tender documentation.    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      See tender documentation.    
      Minimum level(s) of standards possibly required (if applicable) :          
      See tender documentation.
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession          
      Execution of the service is reserved to a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      See tender documentation.    
      III.2.2) Contract performance conditions       
      See tender documentation.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes    

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 16/10/2018
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 16/10/2018
         Time: 12:00
         Place:
         Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 7 years
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used 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.
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./VMRA8UQET6

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/VMRA8UQET6
   VI.4) Procedures for review
   VI.4.1) Review body:
             Shropshire Council
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Tel. +44 1743252993, Email: procurement@shropshire.gov.uk
       Internet address: www.shropshire.gov.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Shropshire Council
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Tel. +44 1743252993
   VI.5) Date Of Dispatch Of This Notice: 12/09/2018

Annex A


View any Notice Addenda

View Award Notice