Tender

Aberdeenshire Alcohol and Drug Support Service

  • Aberdeenshire Council

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2022/S 000-027148

Procurement identifier (OCID): ocds-h6vhtk-036c0e

Published 28 September 2022, 11:15am



Section one: Contracting authority

one.1) Name and addresses

Aberdeenshire Council

Woodhill House, Westburn Road

Aberdeen

AB16 5GB

Email

kellie.hendry@aberdeenshire.gov.uk

Telephone

+44 7768122020

Country

United Kingdom

NUTS code

UKM50 - Aberdeen City and Aberdeenshire

Internet address(es)

Main address

http://www.aberdeenshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00232

one.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk

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

Aberdeenshire Alcohol and Drug Support Service

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

The Aberdeenshire Health and Social Care Partnership require the provision of a commissioned alcohol and drugs support service to enhance the clinical and care management aspects of the alcohol and drug service provided by the Aberdeenshire Health and Social Care Partnership (AHSCP).

There are three areas required to be provided through this contract:

1. Support at Access Points to keywork clients who do not require the HSCP Alcohol and Drug service and are not at high risk of harm.

2. Support delivery of the Stepped Care model for those people assessed as suitable for non medical prescribing and that no longer require an input from the HSCP Alcohol and Drug service

3. Provision of Injecting Equipment Provision (IEP) service at each of the 5 Step In sites in Aberdeenshire. Thereafter the service will offer an innovative approach to IEP being available across Aberdeenshire.

two.1.5) Estimated total value

Value excluding VAT: £2,665,000

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

two.2.3) Place of performance

NUTS codes
  • UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance

Aberdeenshire

two.2.4) Description of the procurement

The Aberdeenshire Health and Social Care Partnership require the provision of a commissioned alcohol and drugs support service to enhance the clinical and care management aspects of the alcohol and drug service provided by the Aberdeenshire Health and Social Care Partnership (AHSCP).

There are three areas required to be provided through this contract:

1. Support at Access Points to keywork clients who do not require the HSCP Alcohol and Drug service and are not at high risk of harm.

2. Support delivery of the Stepped Care model for those people assessed as suitable for non medical prescribing and that no longer require an input from the HSCP Alcohol and Drug service

3. Provision of Injecting Equipment Provision (IEP) service at each of the 5 Step In sites in Aberdeenshire. Thereafter the service will offer an innovative approach to IEP being available across Aberdeenshire.

two.2.6) Estimated value

Value excluding VAT: £2,665,000

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

Duration in months

60

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

Contract value and duration include 3 years plus 2 potential 1 year extensions


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

Bidders must confirm that they are appropriately registered with the Care Inspectorate for the services required.

Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described. A minimum of two examples will be required.


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.2) Administrative information

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

Date

11 November 2022

Local time

12:00pm

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

English


Section six. Complementary information

six.3) Additional information

1.The Council shall obtain a Creditsafe credit check and will score bidders accordingly:

71 - 100 Very Low Risk – Accept

51 - 70 Low Risk - Accept

30 - 50 Moderate Risk – subject to further discussion internally with the option to reject.

21-29 High Risk – subject to further discussion internally with the option to reject.

1-20 Very High Risk – Reject.

*The following applies if no credit check can be undertaken:

2. Please state current turnover (if contract value is over 50% of reported turnover, further discussion will be had internally with the option to reject).

3. If you are under no obligation to publish accounts on Companies House and/or do not have a comprehensive credit rating then provide audited financial accounts for the previous two years. Both quick and current ratios should be a minimum of 1:1.5 for the two successive years. Bidders whose ratios do not meet the minimum criteria will be rejected. Bidders who can provide audited accounts but chose not to do so shall be rejected.

4. Bidders who have been trading for less than one year and cannot provide audited accounts must submit the cash flow for the current year and a letter from the bank outlining the current cash and credit position for the current year and subsequent year. This will be subject to internal discussion with the option to reject.

5. If bidder still does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their submission is supported by a parent company guarantee.

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s Liability Insurance = 10m

Public Liability Insurance = 5m

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22471. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Fair Work First (FWF)

The Scottish Public Sector is committed to the delivery of high quality public services, and recognises that this is critically dependent on a workforce which is well-rewarded, well-motivated, well-led, has access to appropriate opportunities for training and development, is diverse and inclusive, and can influence decision making. These factors are also important for workforce recruitment and retention, and thus continuity of service delivery.

Carbon Reduction

Scotland's Climate Change Declaration and Aberdeen City Council’s ambitions to become a climate positive city and move towards a just transition to a net-zero, green, wellbeing economy represent key local and national priorities. Local authorities have a leadership role at a local/regional level in terms of responding to the challenges presented by climate change. Through partnership working with local key influencers such as Scarf (or similar) the Council is looking to provide a supportive culture whereby our suppliers can look to make financial savings and improve business performance and resilience through reducing carbon, developing more sustainable business models/ways of operating and making more sustainable choices. This approach is designed to make a positive, incremental impact on the performance, innovation and sustainability of our local economy and the climate emergency at a local level across our portfolio of contracts.

(SC Ref:708181)

six.4) Procedures for review

six.4.1) Review body

Aberdeen Sheriff Court

Castle Street

Aberdeen

AB10 1WP

Country

United Kingdom