Section one: Contracting authority
one.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
Contact
Sarah Ford
Sarah.Ford@renfrewshire.gov.uk
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.renfrewshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
one.3) Communication
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Renfrewshire Alcohol & Drugs Crisis Outreach Service
Reference number
RC-CPU-24-178
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
The requirement is for an Alcohol and Drugs Crisis Outreach Service that will operate to reduce harm, save lives, and improve access to treatment and care by providing key interventions to prevent drug and alcohol-related deaths.
In line with the MAT standards, the key aims of a Crisis Outreach Service would be to engage with individuals at higher risk of overdose and those who have experienced a near fatal overdose to provide care and support to increase access to life saving protective treatment. The key elements of the response we need for Renfrewshire are as follows:
- Emergency response: maximise capacity and capability of services, families and friends and agencies to deal with a potentially fatal overdose by being properly equipped and trained.
- Reducing risk: maximising support, access, and the range of practical and appropriate choices of pathways for anyone with high-risk drug use; and
- Reducing vulnerability: link with key agencies addressing issues that can predispose vulnerable people to move into higher-risk use of drugs and reducing the associated impact on wider communities.
two.1.5) Estimated total value
Value excluding VAT: £900,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Renfrewshire.
two.2.4) Description of the procurement
The Tender Procedure shall be conducted in accordance with an above Government Procurement Agreement (GPA) Threshold Open Tender procedure relating to a Services Contract for a Social and Other Specific Service.
two.2.6) Estimated value
Value excluding VAT: £900,000
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The total budget for this Contract for the initial 2-year period is 600,000GBP (300,000GBP per annum) excluding VAT. The Council may receive future funding for a further 1 year period (of up to 300,000GBP) for this Service beyond the initial 2 year period. This will be subject to funding being provided to the Council to support this Service and will be at the sole discretion of the Council.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
PVG - The Tenderer must confirm that all staff employed in the delivery of the service will be PVG registered.
Insurances - detailed in VI.3) Additional information of this Contract Notice.
Financial - A financial check of the Tenderer will be undertaken using Dun & Bradstreet. The requirement is for a Minimum failure score of 20 or where this is not achieved, 2 years of Audited Accounts can be provided.
Previous Experience -Tenderers must give examples demonstrating experience of delivering similar services.
Tenderers must have appropriately skilled and qualified staff providing support and advice for people with varying needs.
Tenderers must complete the Council’s High-Risk Health and Safety Questionnaire and include their Health and Safety Policy/risk assessments.
Tenderers will also be asked to provide their Quality Management policy/evidence.
three.2) Conditions related to the contract
three.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
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 February 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
It is anticipated that the Contract will commence on 1st July 2025 and will expire on 30th June 2027 with the option to extend for up to 12 months on 1 occasion subject to funding availability.
Minimum Insurance Requirements
Employers’ liability - ten (10) million pounds sterling each and every occurrence.
Public Liability - ten (10) million pounds sterling (10,000,000GBP) any one occurrence. Liability must not exclude abuse and/or molestation cover;
Where the Provider will offer products for sale to the public as part of the Services, Products Liability cover on an aggregate basis must be included in the Public Liability policy;
Where the Provider will carry out activities such as nursing care, first aid, administration of prescribed drugs or medicines and administration of drugs or medicines available without prescription, the Provider will require to evidence either an extension to the Provider’s Public Liability cover this to a minimum indemnity limit of ten (10) million pounds sterling (10,000,000GBP) OR a specific Medical Malpractice Liability policy to a minimum indemnity limit of ten (10) million pounds sterling (10,000,000GBP) in the aggregate, in relation to the risk of any errors or omissions in delivering this type of service;
Where the Provider will carry out activities focused on wellbeing and development (rather than care or treatment), the Provider will require to evidence Professional Indemnity cover to a minimum indemnity limit of two (2) million pounds sterling (2,000,000GBP) any one incident or in the aggregate, with an automatic annual reinstatement of this sum permitted within the policy terms if in the aggregate, OR five (5) million pounds sterling (5,000,000GBP) in the aggregate without annual reinstatement, OR, if not a specific Professional Indemnity policy, then an extension to the Provider’s public liability cover (the extension being for five (5) million pounds sterling (5,000,000GBP), in relation to the risk of any errors or omissions in delivering this type of service.
Where a vehicle is used in the delivery of Services, statutory third party motor vehicle liability insurance cover must be evidenced by way of a valid MV certificate in the COMPANY name, OR where there is no company fleet and employees use their own vehicles instead, a letter signed by a person of appropriate authority confirming that the provider has ongoing arrangements in place to ensure that employees' vehicles are appropriately insured and maintained for business purposes.
Previous publication relating to this Contract
A Prior Information Notice was issued for market engagement and can be accessed on this website: Document ID: 779702.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28152. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
The Council is committed to maximising Community Benefits from its procurement activities in order to build economic, social or environmental conditions into the delivery of Council contracts.
The Council’s expectation is that 50 Community Benefit Points (CBP) or more will be delivered under this Contract.
Tenderers are required to select the Community Benefits they will offer should the Tenderer be successful in being awarded this Contract.
Tenderers should complete and return the attachment to this question (Community Benefits Outcome Menu as contained within the Supplier Attachment Area of the PCS-T System) and the total CBPs offered MUST be equal to or greater than 50 CBPs.
(SC Ref:787511)
six.4) Procedures for review
six.4.1) Review body
See VI.4.3 below
See VI.4.3 below
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.