Substance Misuse Services Wolverhampton
Procurement exercise will be to contribute to the four Safer Wolverhampton Partnership Priorities as identified in the 2010/11 strategic assessment.
UK-Wolverhampton: health and social work services
2012/S 78-128711
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Wolverhampton City Council
Civic Centre, St. Peters Square
For the attention of: Patricia Conway
WV1 1RL Wolverhampton
UNITED KINGDOM
Telephone: +44 1942826788
E-mail: wccsubstancemisuse@valueworks.co.uk
Fax: +44 1942237968
Internet address(es):
General address of the contracting authority: www.wolverhampton.gov.uk
Address of the buyer profile: www.blackcountrybusiness.co.uk
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
NUTS code UKG35
The aim of the services commissioned by this.
Procurement exercise will be to contribute to the four Safer Wolverhampton Partnership Priorities as identified in the 2010/11 strategic assessment:
— Reduction re-offending,
— Substance misuse,
— Gangs and youth violence; and
— Communications and community engagement.
Wolverhampton has significant issues with both drug and alcohol dependency, commonly associated with the local demographic profile. The position of Wolverhampton at the fringes of the main urban conurbations of the West Midlands brings specific local issues which the services will need to address.
Wolverhampton City Council wishes to procure a whole person and recovery focussed integrated system of care for: adult drug users, adult alcohol users and young substance users. It is expected that the incoming provider will encourage the development of a wider recovery community drawing on peer leaders, volunteers and also generic services.
Commissioners will welcome approaches that include a focus on transitions into adult care and proposals to better engage with young adults who drink and/or use drugs; this may include specific responses for young adults. Commissioners are alert to changing patterns of local drug use and are seeking to procure services which are designed to meet the needs of a wide range of drug/alcohol dependency issues. Commissioners will welcome proposals that include a family focussed approach when engaging both young and adult service users, this should include specific interventions to support children affected by parental substance use.
Wolverhampton City Council want to enter into a Single Party Contract with a Lead Service Provider who can deliver the following services either independently or via a multi party application (please refer to Section VI.3 Additional Information for guidance related to multi party applications).
— Provision of structured, medical drug and alcohol treatment for adults including prescribing,
— Provision of structured, non-medical drug and alcohol treatment and support for adults,
— Joint care pathway with maternity services to provide an integrated package of antenatal care for pregnant drug and alcohol users as well as appropriate post natal liaison with primary care services,
— Assess, refer and care co-ordinate user access to inpatient detoxification and residential rehabilitation including care plan development and the production of quarterly monitoring reports to the appropriate panel,
— Young peoples substance misuse treatment service,
— Provision of young carers service – children of drug and alcohol using parents,
— Brief Interventions, individual and group based psychosocial interventions, group work and primary care provision of alcohol treatment and support,
— Provide a single point of contact and implement an information hub with complex case co-ordination for all drug and alcohol services, taking into account the need to provide a distinct children and young peoples pathway. This will require full collaboration with the system developer appointed by the commissioners during year one of the contract,
— Support to carers, families and significant others including criminal justice outreach support alongside Probation, to engage families where a member has received a court order relating to treatment or support requirements,
— Alcohol assertive outreach, community detoxification and hospital liaison service as well as targeted, Asian specific provision,
— Sub contract for City wide needle exchange equipment provision including contract monitoring; and,
— A criminal justice intervention pathway that will include either direct work within the criminal justice setting and, or involvement in a multi agency pathway to engage and facilitate offender access to drug and alcohol treatment services.
The following services are excluded from this contract:
— Universal services (i.e. drug education in schools, alcohol screening in primary care etc.),
— GP and pharmacy enhanced services; prescribing, supervised consumption and needle exchange, however the provider will be involved in service development and review and will be expected to provide clinical assurance of the client pathway between specialist and primary care as well as facilitating and providing quarterly continuing professional development events in liaison with commissioners and primary care contractors; and
— Inpatient treatment, residential rehabilitation provision, however the provider will facilitate access to these services and participate in the panel.
Wolverhampton City Council will be hosting a free.
Meet the Buyer event on the morning of Thursday 26.4.2012. The aim of this event is to provide further information about Wolverhampton City Council’s requirements and information regarding how to apply for the opportunity.
For more information about this event and to register your interest in the project please e-mail us at wccsubstancemisuse@valueworks.co.uk.
Valueworks will administer the expressions of interest and have been appointed to facilitate the procurement process on behalf of Wolverhampton City Council.
85000000, 85100000, 85323000
All budgets will be agreed by 31 March for the forthcoming year and must reflect the total cost of running the service, including all staff and non-staff costs.
It is envisaged that the contract will include an element of payment by results.
The values below equate to the minimum value if a three year contract was awarded and the maximum value should a contract be extended, i.e. a five year contract.
Estimated value excluding VAT:
Range: between 12 000 000 and 30 000 000 GBP
Description of these options: Initial contract 3 years, option to extend for a further 2 years entirely at the discretion of Wolverhampton City Council.
Section III: Legal, economic, financial and technical information
Minimum level(s) of standards possibly required: As set out in the pre-qualification questionnaire documentation.
Bidders will be required to complete a pre-qualification questionnaire consistent with the provisions of Directive 2004/18/EC.
Minimum level(s) of standards possibly required:
As set out in the pre-qualification questionnaire documentation.
Section IV: Procedure
Prior information notice
Notice number in the OJEU: 2012/S 034-054933 of 18.2.2012
Payable documents: no
Other: English.
Section VI: Complementary information
— Those organisations who wish to submit a multiparty bid must select a Lead Service Provider who will enter into the contract with Wolverhampton City Council if successful,
— The Lead Provider must submit a full pre-qualification questionnaire response, it is also their responsibility to ensure that each sub party completes and passes the minimum standards questionnaire (a copy to the Minimum Standards Questionnaire is included within the supporting notes document),
— Within the pre-qualification questionnaire the Lead Service Provider will be required to submit details of the multiple parties to the bid and provide documentary evidence that each sub party has passed the minimum standards questionnaire,
— At tender Stage the Lead Service Provider must submit evidence that the Multi Party has formed a legal entity or have entered into a Memorandum of association for delivery of this Contract.
The Council reserves the right to cancel the procurement and not to proceed with the contract.
The Council also reserves the right not to award a contract or to award a contract for parts or part of the services only.
The Council will not, under any circumstances, reimburse any expense incurred by bidders in preparing their PQQ or tender submissions.
The Council notes that the award of the contract may involve a transfer of employment undertakings pursuant to the Transfer of Undertakings (Protection of Employment) Regulations 2006, and will clarify the position with the applicants during the tender process.
This is a voluntary contract notice for a part B contract.
Following Contract award the Service Provider will be required to contribute to the delivery of economic and social regeneration objectives within the area where substance misuse services are to be delivered. Further information will be provided at tender stage.
See VI.4.2
Body responsible for mediation procedures
See VI.4.2
The standstill period, which will be for a minimum of ten calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
Aggrieved parties who have been harmed or are at risk of harm by any breach of the Council’s obligations may take action in the High Court (England, Wales and Northern Ireland).
VI.5)Date of dispatch of this notice:19.4.2012