Substance Misuse Services HMP Winchester
SP00094. Integrated substance misuse treatment services HMP Winchester.
UK-Winchester: health and social work services
2012/S 45-074066
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Hampshire County Council
Adult services – 3rd Floor, West Elizabeth Court II, The Castle, Hampshire
Contact point(s): https://in-tendhost.co.uk/hampshire/
For the attention of: Rachel Parker
SO23 8UQ Winchester
UNITED KINGDOM
Telephone: +44 1962847830
E-mail: rachel.parker.as@hants.gov.uk
Internet address(es):
General address of the contracting authority: http://www.hants.gov.uk
Electronic access to information: https://in-tendhost.co.uk/hampshire/
Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/hampshire/
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: HMP Winchester.
NUTS code UKJ33
85000000
Estimated value excluding VAT: 6 855 068,00 GBP
Description of these options: Contract of a 30 month duration with an option to extend the contract(s) for a further period or periods not exceeding 2 years in total.
Section III: Legal, economic, financial and technical information
Regulated activity: treatment of disease, disorder or injury.
Minimum level(s) of standards possibly required: A copy of your audited accounts for your last 2 financial years; if you qualify for the small business exemption, a copy of your statutory accounts for your last 2 financial years; a statement of turnover, profit & loss account, balance sheet and a director’s/managing partners report (if available) for the most recent 2 years of trading; a statement of turnover, profit & loss account, balance sheet and a director’s/managing partners report (if available) for the most recent year of trading; management accounts including a profit & loss account and balance sheet for the period of trading; a statement of your cash flow forecast, projected profit & loss account and balance sheet for the current year and a bank letter outlining the current cash and credit position; alternative means of demonstrating financial status if trading for less than one year (e.g. a copy of your business plan, cash flow forecast, details of your start up capital/loans or management accounts).
To support the financial assessment the Council will obtain a financial appraisal report from N2Check. The report provides the Council with an overall risk score which will be used to assess the applicants financial standing. If this information is not available from N2Check, a risk score will be calculated as per the model detailed in the PQQ.
The risk score obtained for your organisation will be assessed against the criteria as detailed below:
Score of between 0 and 25 – fail.
Score of between 26 and 49 – pass – subject to provision of a suitable parent company guarantee or commitment to provide a performance bond if/when deemed appropriate. If either one of these is unable to be provided, this will result in a “Fail”. Please note: a financial appraisal (using the same financial appraisal and evaluation process) will be carried out on the parent company to assess their suitability to act as guarantor.
Score of 50 and over – pass.
Further details are contained in the ITT.
Insurances – it is important you check with your insurance company that your organisation is able to obtain the levels of insurance required. Evidence of this may be requested at any point during the procurement process and prior to contract award The Council will not award a contract to an organisation that does not hold insurance at levels stated below: public, products, employer’s liability 10 000 000 GBP, professional indemnity 5 000 000 GBP, motor insurance 10 000 000 GBP and Medical malpractice insurance 5 000 000 GBP.
Confirmation will required that tendering organisations have or are willing to adopt policies as specified within the selection questionnaire.
Minimum level(s) of standards possibly required:
Cimosh qualifications.
Safeguarding policies.
Reference to the relevant law, regulation or administrative provision: Medical cover will be provided by a consultant in addiction psychiatry, substance misuse specialist (primary care) or general practitioner with special clinical interest as defined by “Drug Misuse & Dependence: UK guidelines on clinical management (2007)”.
Required qualifications and competencies for medical practitioners will be consistent with those identified in “Roles and Responsibilities of Doctors in the Provision of Treatment for Drug and Alcohol Misusers (RCP & RCGP, 2005)”.
Nursing cover will be provided by directly-employed qualified registered nursing staff (RMN or RGN) with a specialist qualification in substance misuse management.
Counsellors or psychotherapists will be certified by an appropriate professional body (e.g. BACP, UKCP, UKRC or FDAP) and will have achieved or be working towards DANOS-accreditation* commensurate to their grade and level of responsibility.
Non-clinical practitioners will have achieved or be working towards DANOS-accreditation* commensurate to their grade and level of responsibility (minimum NVQ level 3).
*Note: for further information on DANOS standards and accreditation see “DANOS 12: Developing standards of practice in the drugs & alcohol workforce – a practical guide for commissioners and providers of drugs and alcohol services.” (FDAP, 2009).
Section IV: Procedure
Place:
Chief Executive’s Office, Hampshire County Council, The Castle, Winchester SO23 8UJ, UNITED KINGDOM.
Section VI: Complementary information
This procurement will be undertaken using an e-tendering system which can be found at https://in-tendhost.co.uk/hampshire.
Once in the web site, click on “current tenders” and then on “new tender details” for this contract for further information. If you wish to express interest please click on “express interest” and if you have not previously done so, register your company. The e-mail address should be for the person who will deal with the tender, as login details, subsequent messages and tender documents will be automatically sent to this e-mail address.
How to submit a tender using the In-tend web site: log in to the In-tend web site, go to “my tenders”, click on “view tender details” button of this project scroll down the page to where it says “invitation to tender” in the first column and click on the “View Documents” button, one of the documents will say “my documents for return”. Download the documents as required. When you have completed your tender, upload the documents back on to the web site and submit your tender. If successfully uploaded, the system will issue a confirmation e-mail. Documents must be uploaded using Word/Excel or PDF format.
The award of this contract is dependant upon a Section 75 being in place.
VI.5)Date of dispatch of this notice:2.3.2012