The service is required to work inclusively with the Rotherham community offering high quality interventions to young people for any type of drug, substance that can be misused.
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Rotherham MBC
Riverside House, Main Street
For the attention of: Mrs Clair Brierley
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709334046
E-mail: clair.brierley@rotherham.gov.uk
Fax: +44 1709376285
Internet address(es):
General address of the contracting authority: http://www.rotherham.gov.uk/
Further information can be obtained from: Rotherham MBC
Riverside House, Main Street
For the attention of: Mrs Clair Brierley
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709334046
E-mail: clair.brierley@rotherham.gov.uk
Fax: +44 1709376285
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Rotherham MBC
Riverside House, Main Street
For the attention of: Mrs Clair Brierley
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709334046
E-mail: clair.brierley@rotherham.gov.uk
Fax: +44 1709376285
Tenders or requests to participate must be sent to: Rotherham MBC
Riverside House, Main Street
For the attention of: Mrs Clair Brierley
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709334046
E-mail: clair.brierley@rotherham.gov.uk
Fax: +44 1709376285
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:
15-100 Young Persons — Substance Misuse Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 25: Health and social services
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 1
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 865 000 and 872 000 GBP
II.1.5)Short description of the contract or purchase(s)
Know the Score is the name currently given to Rotherham’s under 18 drugs and alcohol specialist service. Building on what we have learnt in Rotherham substance misuse delivery, the specification mirrors good practice elsewhere and encompasses the recommendations from Public Health England, (2013), Alcohol & drugs: JSNA support pack and relevant National Institute for Clinical and Health Excellence (NICE) Guidance. The service is required to work inclusively with the Rotherham community offering high quality interventions to young people for any type of drug, substance that can be misused, (for example solvents), and alcohol. Interventions can include pharmacological (prescribed medications) treatment options. The young people who present often present with multiple vulnerabilities. The specification matches the ethos and compliments the Rotherham wide delivery to children and young people. The service outcomes replicate those of the wider children and young people delivery. Rotherham Metropolitan Borough Council (RMBC) are inviting bids from a number of organisations who might be able to commission a service for under 18’s drugs and alcohol specialist services, the value available is up to a maximum of £218k per annum. Over the 4 years duration. (Please note this is not a guarantee of funding, and may vary up or down). The contract value is inclusive of any/all prescribing costs and your submitted pricing bids (via appendix Z) should represent this. Know the score is the name currently given to Rotherham’s specialist service. This service has been delivered as part of the children’s directorate of a mental health foundation trust, it was previously based within Child and Adolescent Mental Health Services and prior to that was part of the Adult Drug Treatment Services. The service in the past has been recognised as a model of national good practice, being able to offer a range of services through the tiers of interventions one to three. Although in recent years with diminishing resource the role has been focused around tiers two and three. The service has always been able to provide access to prescribing, although the need for that has varied as patterns of drug use have changed. Being a small service there are three key areas of activity.
II.1.6)Common procurement vocabulary (CPV)
85000000, 33000000, 98000000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
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:
Know the Score is the name currently given to Rotherham’s under 18 drugs and alcohol specialist service. Building on what we have learnt in Rotherham substance misuse delivery, the specification mirrors good practice elsewhere and encompasses the recommendations from Public Health England, (2013), Alcohol & drugs: JSNA support pack and relevant National Institute for Clinical and Health Excellence (NICE) Guidance. The service is required to work inclusively with the Rotherham community offering high quality interventions to young people for any type of drug, substance that can be misused, (for example solvents), and alcohol. Interventions can include pharmacological (prescribed medications) treatment options. The young people who present often present with multiple vulnerabilities. The specification matches the ethos and compliments the Rotherham wide delivery to children and young people. The service outcomes replicate those of the wider children and young people delivery. Rotherham Metropolitan Borough Council (RMBC) are inviting bids from a number of organisations who might be able to commission a service for under 18’s drugs and alcohol specialist services, the value available is up to a maximum of GBP 218 000 per annum. Over the 4 years duration. (Please note this is not a guarantee of funding, and may vary up or down). The contract value is inclusive of any/all prescribing costs and your submitted pricing bids (via appendix Z) should represent this. Know the score is the name currently given to Rotherham’s specialist service. This service has been delivered as part of the children’s directorate of a mental health foundation trust, it was previously based within Child and Adolescent Mental Health Services and prior to that was part of the Adult Drug Treatment Services. The service in the past has been recognised as a model of national good practice, being able to offer a range of services through the tiers of interventions one to three. Although in recent years with diminishing resource the role has been focused around tiers two and three. The service has always been able to provide access to prescribing, although the need for that has varied as patterns of drug use have changed. Being a small service there are three key areas of activity.
Estimated value excluding VAT:
Range: between 865 000 and 872 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.4.2016. Completion 31.3.2020
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services 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.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 1: and maximum number 4
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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:
0721
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 4.1.2016 – 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
4.1.2016 – 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
IV.3.8)Conditions for opening of tenders
Date: 4.1.2016 – 17:00
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Simon Bradley
Rotherham Metropolitan Borough Council
S60 1AE Rotherham
UNITED KINGDOM
E-mail: simon.bradley@rotherham.gov.uk
Body responsible for mediation procedures
Simon Bradley
Rotherham Metropolitan Borough Council, Main Street
S60 1AE Rotherham
UNITED KINGDOM
E-mail: simon.bradley@rotherham.gov.uk
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Within the 10 days alcatel period from the date of Intention to award.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
1.12.2015