Opportunity

Adult Integrated Substance Use (Drug and Alcohol): Assessment, Treatment and Recovery Service-Sefton Council

  • Sefton Council

F02: Contract notice

Notice reference: 2021/S 000-006767

Published 1 April 2021, 8:21am



Section one: Contracting authority

one.1) Name and addresses

Sefton Council

1st Floor Magdalen House, Trinity Road

Bootle

L20 3NJ

Contact

Mr Stuart Bate

Email

stuart.bate@sefton.gov.uk

Telephone

+44 1519344288

Fax

+44 1519344579

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

http://www.sefton.gov.uk/

Buyer's address

http://www.sefton.gov.uk/

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://procontract.due-north.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com

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

Adult Integrated Substance Use (Drug and Alcohol): Assessment, Treatment and Recovery Service-Sefton Council

Reference number

DN535206

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Sefton Council are looking to commission a fully integrated Adult Community Substance Misuse Assessment, Treatment and Recovery Service. The service will provide a central role within Sefton’s Substance Misuse Treatment System and will be responsible for delivering a range of both clinical and non-clinical interventions

two.1.5) Estimated total value

Value excluding VAT: £23,710,400

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

Sefton Council are looking to commission a fully integrated Adult Community Substance Misuse Assessment, Treatment and Recovery Service. The service will provide a central role within Sefton’s Substance Misuse Treatment System and will be responsible for delivering a range of both clinical and non-clinical interventions including but not limited to:

• Comprehensive Assessment, Care Planning and Care Plan Review

• Specialist Prescribing Services including community Opiate Substitution Treatment (OST) Programmes

• Psychological services

• Medically Assisted Recovery (MAR) and Medically Assisted Withdrawal Programmes

• Community Substance Misuse (drugs and alcohol) Detoxification Programmes

• Recovery Orientated Support Packages and Treatment & Care Pathways

• Alcohol Detoxification Pathway and Aftercare Support

• Residential Rehabilitation Pathway and Aftercare support

• Outreach and In-Reach Programmes

• Service User Involvement and Co-Production

• Alcohol Brief Interventions and Extended Brief Interventions

• Criminal Justice Interventions and Recovery

• Psychosocial and Recovery Interventions and support

• A comprehensive range of Harm Reduction and Health Protection Interventions; including Needle and Syringe Programmes, Blood Borne Virus testing, vaccination and treatment referral, overdose prevention intervention.

• Robust assurance frameworks for Clinical and Information Governance and Safeguarding for Adults and Children

The Service will work in collaboration with Health and Social Care Partners from Adult and Children’s Social Care, Primary Care and General Practice, Clinical Commissioning Groups and Medicines Management, Criminal Justice and Community Safety Partners, Local Authority Housing Options Team and other Local Authority Commissioned Services, Local Employment Support Services including Education, Training and Employment Support Services, Local Hospitals and Secondary Care and the Local Community, Voluntary and Faith Sector including Community Based Recovery Support and Mutual Aid Groups.

The Service will be flexible and responsive to local need as well as changing patterns of Substance Misuse. Interventions will be underpinned by a clear and recognised evidence base with both clinical and psychological interventions delivered, overseen and supervised by qualified staff with current Professional Registration. Service development, improvement and delivery will follow the key principles of ‘Co-production’ with the involvement, influence and contributions made by Service Users and Peer Mentors being recognised and rewarded through clearly managed, supervised and structured volunteer programmes.

Service performance outcomes will be measured against the Public Health Outcomes Framework (PHOF), National and Local Health Protection Priorities, Life Course Improvements and Positive Family Focused Outcomes and National Drugs Treatment Monitoring System (NDTMS.)

Estates:

The Service will be responsible for all costs associated with acquiring and maintaining premises from which to deliver the service in both the north and south of the borough to enable easy and equitable access for Sefton residents. The Service is currently provided from 2 main hubs located in Southport and Bootle. It is expected that the service will continue to have 2 main hubs and at least 2 satellite clinics within neutral sites/venues.

Both the Southport and Bootle hubs must be fit for purpose to enable the service to be delivered safely and effectively.

The points below must be taken into consideration when organisations are selecting the premises that they propose to deliver the service from, as a minimum:

• An easily accessible location in a safe and secure environment.

• Adequate disabled access with ground floor consultation areas.

• Sufficient and appropriate consultations rooms and clinical areas.

• Sufficient waiting areas.

• Compliant clinical waste storage and removal areas.

This procurement is being undertaken in accordance with section 7 of the Public Contracts Regulations 2015,also know as the "Light Touch" regime.

The contract is for a 5 year core period commencing 1st April 2022, with 2 x 12 month extension options.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £23,710,400

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The contract will be renewed either following the 5 year core period or following either of the 12 month extension options.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Following the 5 year core period of contract there is an option to extend for 2 x 12 months, which can either be taken individually or together. So either 12 months then 12 months or 24 months.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Stated within the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

30 April 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

30 April 2021

Local time

12:05pm

Place

The electronic seal will be removed by a verifier


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Either 5 years,6 years or 7 years time depending on whether extension options are taken or not

six.4) Procedures for review

six.4.1) Review body

Sefton Council

Bootle

Country

United Kingdom