Derby Integrated Drug and Alcohol Recovery Services Tender
The service will operate a single point of engagement and assessment to the integrated service which will include dependent, non-dependent and criminal justice referrals.
United Kingdom-Derby: Health services
2014/S 192-339287
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Derby City Council
Procurement, The Council House, Corporation Street
For the attention of: Mrs Eloise Keeble
DE1 2FS Derby
UNITED KINGDOM
Telephone: +44 1332643276
E-mail: procurement@derby.gov.uk
Further information can be obtained from: Derby City Council
Procurement, The Council House, Corporation Street
Contact point(s): Procurement
DE1 2FS Derby
UNITED KINGDOM
Telephone: +44 1332643276
E-mail: procurement@derby.gov.uk
Internet address: www.sourcederbyshire.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Derby City Council
The Council House, Corporation Street
DE1 2FS Derby
UNITED KINGDOM
Internet address: www.eastmidstenders.org
Tenders or requests to participate must be sent to: Derby City Council
UNITED KINGDOM
Internet address: www.eastmidstenders.org
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: Derby.
NUTS code UKF1
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The service will operate a single point of engagement and assessment to the integrated service which will include dependent, non-dependent and criminal justice referrals. It will provide prescribed medical interventions for those dependent on drugs and alcohol, alongside psychosocial interventions, harm reduction including specialist needle exchange provision and BBV vaccinations (Lot 1). The service will also provide structured and non-structured psychosocial interventions to non-medically prescribed individuals for both drugs and alcohol which will include case management of complex cases including criminal justice referrals and assessments and drug testing requirements (Lot 2).
The service will operate as part of the wider commissioned substance misuse services which include: Safeguarding and Family Services, Recovery Support Services and Pregnancy and Midwifery Service and will be expected to engage with a wide range of partners including GP’s, Pharmacies, NHS, Police and NPS/CRC.
The Recovery Support Services will be intrinsic to the successful outcomes of lot 1 and lot 2 hence bidders will be expected to demonstrate how they will work with a third party organisation to deliver a recovery focused integrated drugs and alcohol service.
II.1.6)Common procurement vocabulary (CPV)
85100000, 85120000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Bids above the maximum annual value will not be considered.
Lot 2 — Annual value of GBP 1 300 000 to GBP 1 485 000 (total over three year initial period GBP 3 900 000 to GBP 4 455 000. If 1 year extension taken, total value over potential 4 year period is GBP 5 200 000 to GBP 5 940 000).
Bids above the maximum annual value will not be considered.
II.2.2)Information about options
Description of these options: 1 year extension (subject to funding and satisfactory contract performance).
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Community Substance Misuse Service
1)Short description
Reduce the level of harm caused to individuals, families and the wider community as a result of drug and alcohol misuse.
Deliver high quality and safe care which is client centred, offering personalised opportunities for those using drugs and/or alcohol to move towards sustained recovery.
Deliver a recovery focused service which assists clients to attain a good standard of health and well-being and achieve a drug free life and/or achieve abstinent from alcohol or controlled drinking.
Provide non-judgmental services that are fair and equitable providing good access to all and delivering a range of interventions which are evidence based, cost -effective and are responsive to client need.
2)Common procurement vocabulary (CPV)
85100000, 85120000
3)Quantity or scope
Bids above the maximum annual value will not be considered.
4)Indication about different date for duration of contract or starting/completion
Lot No: 2Lot title: Specialist Substance Misuse
1)Short description
Deliver high quality and safe care which is client centred, offering personalised opportunities for those using drugs and/or alcohol to move towards sustained recovery.
Deliver a recovery focused service which assists clients to attain a good standard of health and well-being and achieve a drug free life and/or achieve abstinent from alcohol or controlled drinking.
Provide non-judgmental services that are fair and equitable providing good access to all and delivering a range of interventions which are evidence based, cost -effective and are responsive to client need.
2)Common procurement vocabulary (CPV)
85100000, 85120000
3)Quantity or scope
Bids above the maximum annual value will not be considered.
4)Indication about different date for duration of contract or starting/completion
Section III: Legal, economic, financial and technical information
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
(b) a list of the principal deliveries effected or the main services provided in the past 3 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 issues 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.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: Either September 2017 or if extension taken, September 2018.
VI.2)Information about European Union funds
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: