Section one: Contracting authority
one.1) Name and addresses
Sefton Council
Magdalen House, Trinity Road
Bootle
L20 3NJ
Contact
Ms Julia Hedo
Telephone
+44 1519342455
Country
United Kingdom
Region code
UKD73 - Sefton
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=4c7408be-51f8-ef11-8136-005056b64545
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/Advert/Index?advertId=4c7408be-51f8-ef11-8136-005056b64545
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
2nd re-opening - Dynamic Purchasing System for Residential Substance Misuse Rehabilitation Services
Reference number
DN765861
two.1.2) Main CPV code
- 85144000 - Residential health facilities services
two.1.3) Type of contract
Services
two.1.4) Short description
This project is the 2nd re-opening of Sefton Council's Dynamic Purchasing System for Residential Substance Misuse Rehabilitation Services.
Sefton Council set up a Dynamic Purchasing System (D.P.S.) for the provision of Residential Substance Misuse Rehabilitation Services in 2022. This procedure was run under the Light Touch Regime of the Public Contract Regulations 2015.
The core term of the DPS was 36 months from 1st April 2022 until 31st March 2025 with a proviso in the contract documentation for Sefton Council to have two 12-month optional extensions.
The first 12-month extension has now been taken and will run from 1st April 2025 until 31st March 2026.
Sefton Council are inviting expressions of interest from established Service Providers to join the Dynamic Purchasing System (DPS) for selection and commissioning of Residential Substance Misuse Rehabilitation Services. The Council are looking to commission rehabilitation placements at three levels, Standard, Enhanced and Specialist and Service Providers are invited to submit bids against one or more levels.
Effective treatment and recovery requires a range of services and interventions including; specialist clinical services offering opiate replacement treatment, stabilisation and reduction programmes, medically assisted alcohol withdrawal programmes, psychosocial interventions and support, non-structured support including mutual aid, harm reduction services, including needle and syringe programmes and referral pathways to related health and social care services as well as residential rehabilitation programmes.
Requirements and criteria for service provision at each of these levels is outlined in detail throughout the Service Specification. It is anticipated that prospective Service Providers will describe their experience and capability in providing these services at one or more of the levels described.
two.1.5) Estimated total value
Value excluding VAT: £540,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Level 1 - Standard Service
Lot No
1
two.2.2) Additional CPV code(s)
- 85144000 - Residential health facilities services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Council requires service provision under the DPS at the following level: Level 1 Standard – 18 years old with no upper age limit. Rehabilitation placements commissioned at this level will:
• Provide multi-cultural programmes to meet the needs of a diverse population
• Provide disability access and where required will provide disability aids
• Will carry out pre-admission assessment in conjunction with Residential Detoxification Services and Sefton Adult Social Care Substance Misuse Assessment Team
• Provide a programme of structured intervention including but not limited to: psychosocial and recovery support interventions
• Comply with all National Drug Treatment Monitoring System (NDTMS) reporting requirements
• Complete detailed discharge reports and outcome records for all planned and unplanned discharges
• Provide Sefton Council Adult Social Care Substance Misuse Assessment Team with regular (not less than monthly) Client Progress Review Reports
• Provide family support
• Provide career guidance and training opportunities
• Support a ‘whole family’ approach to working with children and families
• Provide pre-discharge planning and liaison with the Adult Social Care Substance Misuse Assessment Team to agree community re-integration programmes
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Two optional 12-month extension periods available.
The first optional period has ben taken up and will run from 1st April 2025 until 31st March 2026.
Should the Council opt not to take up the second optional period, then work will commence to take the opportunity back to market.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Two optional 12-month extension period available. The first one has been taken up and will run from 1st April 2025 until 31st March 2026.
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) Description
two.2.1) Title
Level 2 - Enhanced Service
Lot No
2
two.2.2) Additional CPV code(s)
- 85144000 - Residential health facilities services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Council requires service provision under the DPS at the following level: Level 2 Enhanced – 18 years old with no upper age limit. Rehabilitation Placements commissioned and provided at level 2 will provide all of the criteria outlined in level 1. In addition, services providing enhanced – level 2 provision will offer some or all of the facilities outlined below:
• Support individuals with a dual diagnosis (substance misuse and mental health)
• Support individuals with complex physical health needs and ensure access to medical interventions where necessary
• Support individuals with mobility problems and provide adaptations where required • Support individual suffering with Post Traumatic Stress Disorder (PTSD) and ensure access to specialist counselling support where required
• Support both victims and perpetrators of domestic violence and ensure access to specialist interventions for addressing domestic violence awareness
• Provide single gender facilities (female only/male only)
• Provide mother and baby facilities
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Two optional 12-month extension periods available.
The first optional period has ben taken up and will run from 1st April 2025 until 31st March 2026.
Should the Council opt not to take up the second optional period, then work will commence to take the opportunity back to market.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Two optional 12-month extension period available. The first one has been taken up and will run from 1st April 2025 until 31st March 2026.
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) Description
two.2.1) Title
Level 3 - Specialist Service
Lot No
3
two.2.2) Additional CPV code(s)
- 85144000 - Residential health facilities services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Council requires service provision under the DPS at the following level: Level 3 Specialist – 18 years old with no upper age limit. On occasion Sefton Council will need to commission specialist rehabilitation placements to meet the high level of need for individuals with a specific diagnosis and/or condition. Programmes at level 3 will need to offer:
• Support to individuals with behavioural problems attributed to alcohol acquired brain injury
• Support to individuals with specific alcohol related conditions including Wernicke’s encephalopathy, Korsakoff’s psychosis, alcohol related liver disease and alcohol related pancreatitis
• Support for individuals with a diagnosis of Autistic Spectrum Disorders
• Interpreter, translation and/or sign language provision
• Support for individuals at risk of self-harm and self-injury
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Two optional 12-month extension periods available.
The first optional period has ben taken up and will run from 1st April 2025 until 31st March 2026.
Should the Council opt not to take up the second optional period, then work will commence to take the opportunity back to market.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Two optional 12-month extension period available. The first one has been taken up and will run from 1st April 2025 until 31st March 2026.
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-030023
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 March 2025
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: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Re-procurement of the DPS will be considered anywhere from 30 months to 54 month from its
start date subject to whether optional extension periods are taken up or not.
The first optional period has ben taken up and will run from 1st April 2025 until 31st March 2026.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Review procedures are set in the Public Contracts Regulations 2015.
Proceedings under the Public Contract Regulations 2015 are time limited and any such proceedings must be brought in the High Court of England and Wales