Tender

2nd re-opening - Dynamic Purchasing System for Residential Substance Misuse Rehabilitation Services

  • Sefton Council

F02: Contract notice

Notice identifier: 2025/S 000-007932

Procurement identifier (OCID): ocds-h6vhtk-02fcbd (view related notices)

Published 4 March 2025, 6:13pm



Section one: Contracting authority

one.1) Name and addresses

Sefton Council

Magdalen House, Trinity Road

Bootle

L20 3NJ

Contact

Ms Julia Hedo

Email

julia.hedo@sefton.gov.uk

Telephone

+44 1519342455

Country

United Kingdom

Region code

UKD73 - Sefton

Internet address(es)

Main address

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

Buyer's address

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

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