Section one: Contracting authority
one.1) Name and addresses
Leicester City Council
City Hall (4th Floor), 115 Charles Street
Leicester
LE1 1FZ
Contact
Ashok Chotalia
procurement-asc@leicester.gov.uk
Telephone
+44 1164542383
Country
United Kingdom
NUTS code
UKF21 - Leicester
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Office of the Police and Crime Commissioner for Leicestershire
St Johns, Enderby
Leicester
LE19 2BX
Contact
Ashok Chotalia
procurement-asc@leicester.gov.uk
Telephone
+44 1164542383
Country
United Kingdom
NUTS code
UKF21 - Leicester
Internet address(es)
Main address
https://www.leics.pcc.police.uk/About-Us/About-Us.aspx
Buyer's address
one.1) Name and addresses
National Probation Service
8 Corporation Street
Lincoln
LN2 1HN
Contact
Ashok Chotalia
procurement-asc@leicester.gov.uk
Telephone
+44 1164542383
Country
United Kingdom
NUTS code
UKF21 - Leicester
Internet address(es)
Main address
https://www.gov.uk/government/organisations/national-probation-service
Buyer's address
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
ASC0255 - Leicester Specialist Substance Misuse Service
Reference number
ASC0255
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Leicester City Council invites Tenders from suitably qualified and experienced organisations for the provision of the Specialist Substance Misuse Service (SSMS) to be commissioned by Leicester City Council for itself and its partners the Office of the Police and Crime Commissioner and the National Probation Service.
Leicester City Council acts as the lead commissioner and host organisation under a formal partnership agreement with the above-named organisations. Operating from a range of locations and venues in Leicester City, the successful provider shall aim to reduce the substance related harms to individuals, families and communities whilst helping individuals to build recovery for themselves and recovery communities to develop and thrive. The provider is required to deliver a comprehensive range of interventions including but not limited to open access services, needle exchange, assessment and care coordination, pharmacy/primary and secondary care liaison and support, clinical and pharmacological interventions, peer mentoring and volunteer programme and assertive linkage to mutual aid. In addition, the provider shall work collaboratively with criminal justice agencies to develop a robust pathway across custody and post release. The provider shall develop and support access to wraparound services across the city, including but not limited to education, training and employment, leisure activities and suitable housing.
This service provider will also hold a ringfenced £365,000 budget for residential rehabilitation placements and must ensure a robust monitoring system is in place that can track placements and spend as part of its reporting arrangements to Leicester City Council.
two.1.5) Estimated total value
Value excluding VAT: £33,563,082
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
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKF21 - Leicester
two.2.4) Description of the procurement
The proposed Contract will be for an initial period of 4 years to commence on 1st April 2022, with options to extend, subject to satisfactory performance outcomes and agreement by the Authority, for a further 2 periods of up to a maximum of 24 months and thereafter one further period of up to no more than 12 months in total taking the contract term to a maximum of 7 years up to 31st March 2029. The nominal contract value is £4,794,726.00 per annum and £33,563,082.00 for the full 7 year contract period. In addition, for year one of the contract only, a one off pot of funding up to the maximum value of £190,000 shall be made available to offset the cost of any redundancies should they be required.
two.2.5) Award criteria
Quality criterion - Name: Quality (Non Price) Weighting / Weighting: 90
Price - Weighting: 10
two.2.6) Estimated value
Value excluding VAT: £33,563,082
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
There are options to extend the contract, subject to satisfactory performance outcomes and agreement by the Authority, for a further 2 periods of up to a maximum of 24 months and thereafter one further period of up to no more than 12 months in total taking the contract term to a maximum of 7 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There are options to extend the contract, subject to satisfactory performance outcomes and agreement by the Authority, for a further 2 periods of up to a maximum of 24 months and thereafter one further period of up to no more than 12 months in total taking the contract term to a maximum of 7 years.
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
N/A
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
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
Originally published as:
Date
2 July 2021
Local time
2:00pm
Changed to:
Date
10 September 2021
Local time
2:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
2 July 2021
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
Tenderers information session is being held on 25th May 2021 commencing at 10 a.m. This will take place virtually online via Teams Meeting. The booking form to register to attend this session is included within the invitation to tender documentation. Any potential supplier is invited to attend this session to ask questions about the proposed contract and associated procurement process.
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice, Business and Property Courts
Technology and Construction Court (QBD), Priory Courts, 33 Bull Street
Birmingham
B4 6DS
Telephone
+44 1216814441
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Leicester City Council
City Hall, 115 Charles Street
Leicester
LE1 1 FZ
procurement-asc@leicester.gov.uk
Country
United Kingdom