Opportunity

Alcohol and Drug Treatment & Recovery Service

  • Rotherham Metropolitan Borough Council

F21: Social and other specific services – public contracts (prior information notice with call for competition)

Notice reference: 2022/S 000-012064

Published 9 May 2022, 5:41pm



The closing date and time has been changed to:

27 June 2022 - no time specified

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Rotherham Metropolitan Borough Council

Riverside House, Main Street

Rotherham

S60 1AE

Contact

Karen Middlebrook

Email

karen.middlebrook@rotherham.gov.uk

Telephone

+44 1709334755

Country

United Kingdom

NUTS code

UKE31 - Barnsley, Doncaster and Rotherham

National registration number

GB173552264

Internet address(es)

Main address

https://www.rotherham.gov.uk/

Buyer's address

https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/104118

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=43452&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=43452&B=UK

Tenders or requests to participate must be submitted to the above-mentioned address

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

Alcohol and Drug Treatment & Recovery Service

Reference number

20-336

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Rotherham Metropolitan Borough Council (RMBC) is seeking to procure a provider capable of delivering a dynamic, proactive all-age alcohol and drug harm reduction, treatment and recovery service. This service will commence on 1st April 2023 following a mobilisation period (inclusive of TUPE transfer).

The service will deliver a range of interventions, including providing a wider prevention and education offer to other professionals, support to families and input to other local delivery agendas. The service will cover advice, treatment and recovery and will be available to all Rotherham residents who require support with substance misuse including problems with prescribed and over the counter medication.

two.1.5) Estimated total value

Value excluding VAT: £48,345,000

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
  • 85100000 - Health services
  • 85140000 - Miscellaneous health services
  • 85144000 - Residential health facilities services

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham
Main site or place of performance

Within the Borough of Rotherham

two.2.4) Description of the procurement

Rotherham Metropolitan Borough Council (RMBC) is seeking to procure a provider capable of delivering a dynamic, proactive all-age alcohol and drug harm reduction, treatment and recovery service. This service will commence on 1st April 2023 following a mobilisation period (inclusive of TUPE transfer).

The service will deliver a range of interventions, including providing a wider prevention and education offer to other professionals, support to families and input to other local delivery agendas. The service will cover advice, treatment and recovery and will be available to all Rotherham residents who require support with substance misuse including problems with prescribed and over the counter medication.

The service specification provides a framework which will contribute to the outcomes and objectives the Council wishes to achieve through the commissioning of the service, aligned to the Health and Wellbeing Strategy.

One service provider will be appointed to deliver the Service through a single contract.

The Service Provider is encouraged to demonstrate innovation and added value in their service design.

It is anticipated that the contract will commence on 1st April 2023 and will run for a period of five years making the expiry date 31st March 2028. The contract will have an option to extend by a further five years in any number or combination of extensions at the sole discretion of the Council, making the latest possible expiry date 31st March 2033.

Bidders are advised that the maximum budget available for the core provision of this contract over the initial 5-year term (set and fixed for all suppliers) is £16,115,000 equating to £3,223,000 per annum. All values stated are exclusive of Value Added Tax (VAT). Any bids that fall outside this budget will be rejected.

As the contract has the potential for a further five-year extension, the total overall budget for the full 10 years of the contract will equate to £32,230,000, this will account for the core contract activity only.

The cost of the service from year 6, will be in line with the Office of National Statistics’ Consumer Price Index (CPI) of the previous September prior to the new anniversary year. For example, in year 6 (April 2028) the contract price will change by the CPI rate as of September 2027.

The service will be subject to core and non-core contract activities.

As a result, the service may be subject to future additional funding sources throughout the lifetime of the contract, this non-core activity will be linked to any service or provision that meets the needs of or provide outcomes for advice, treatment, and recovery services suitable for Rotherham residents of all ages who are experiencing problems with substance misuse. The non-core requirements as they arise will be subject to negotiation and agreement with the successful provider. The non-core activity will form part of a framework contract for additional services which the Council may place orders for from time to time subject to additional funding.

There is no commitment from the Council that any orders will be placed for non-core activity as a result of additional funding that is secured. The total anticipated spend is in the region of £322,300 - £1,611,500 per annum. The basis for these estimates is 10% - 50% of the annual funding allocation and some of the key focus areas for the Council may include:-

1. Increased treatment capacity

2. Residential rehabilitation and inpatient detoxification provision

3. Early intervention and prevention

4. Expanding the competency and size of the workforce

Or any other areas that are identified by the bidder in order to respond to future needs and demands as highlighted in the needs assessment and service specification.

Bidders are reminded that these costs are indicative only and do not carry any guarantee of value or volume of business over the contract term. Actual future needs may vary up or down.

two.2.6) Estimated value

Value excluding VAT: £48,345,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

120

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

Taking account of the core and potential non-core activity, the total value range for all activity across the full 10-year contract duration is between £16,115,000 (initial 5-year core contract only) and £48,345,000 (inclusive of the initial 5 year term core contract, potential 5-year extension term and any non-core activity over 10 years).


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

As stated in the tender documentation.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the tender documentation.


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.3) Information about a framework agreement

The procurement involves the establishment of a framework agreement

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The framework will operate in conjunction with the core service contract in order to meet the needs of or provide outcomes for advice, treatment, and recovery services suitable for Rotherham residents of all ages who are experiencing problems with substance misuse.

four.1.11) Main features of the award procedure

As defined in the tender documentation.

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-015723

four.2.2) Time limit for receipt of expressions of interest

Originally published as:

Date

20 June 2022

Local time

12:00am

Changed to:

Date

27 June 2022

See the change notice.

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

English

four.2.5) Scheduled date for start of award procedures

27 September 2022


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.4) Procedures for review

six.4.1) Review body

High Court

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into, the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the Contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

six.4.4) Service from which information about the review procedure may be obtained

High Court

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom