Section one: Contracting authority
one.1) Name and addresses
WEST LOTHIAN COUNCIL
West Lothian Civic Centre, Howden South Road
Livingston
EH54 6FF
Contact
Tom Henderson
tom.henderson@westlothian.gov.uk
Country
United Kingdom
NUTS code
UKM78 - West Lothian
Internet address(es)
Main address
https://www.westlothian.gov.uk/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140
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 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
CC13104 - WLDAP - Recovery Service
Reference number
CC13104
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
A suitably qualified and experienced service provider is required to to work closely with West Lothian Alcohol & Drug Partnership, and partner agencies. A model has been developed as part of a public social partnership model with four main elements to the service;
a) Community hub and outreach activities.
b) Recovery key workers (one to one support).
c) Peer mentoring, paid employment for those with lived experience and volunteering.
d) Structured community rehab.
two.1.5) Estimated total value
Value excluding VAT: £1,186,824
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
- UKM78 - West Lothian
two.2.4) Description of the procurement
The provider will be required to work with adults at risk should prevent acceleration of problematic
substance use and prevention of worsening of health, offending behaviour and other associated
difficulties.
Service provision is required to provide the support and interventions for adults who have
problematic substance use aimed at promoting and sustaining recovery. These should include
substance use-based interventions targeted at those who are offending and those who are at risk
from re-offending, demonstrating a commitment from the Provider to improve community safety.
It is recognised that the delivery model will develop over the duration of the contract and the
process associated with working with the service user group will be refined over time. It is therefore
expected that the Provider will be flexible and adaptable in their approach and work collaboratively
to respond timely to changes in local need.
WLADP is currently reviewing local system needs and priorities and would expect the Provider to
contribute to any further review of the local system to ensure all partners adopt a flexible approach
to meet local needs and work with the partnership in relation to future strategic priorities.
The provider is expected to follow the requirements set out in the service specification and to
comply with all statutory requirements in the delivery of the service. The provider will also be
required to demonstrate the quality of the service provided and its compliance with the contract.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 16
Quality criterion - Name: Implementation / Weighting: 12
Quality criterion - Name: Costing and Resources / Weighting: 8
Quality criterion - Name: Quality Assurance / Weighting: 12
Quality criterion - Name: Safeguarding / Weighting: 8
Quality criterion - Name: Service User Engagement and Feedback / Weighting: 12
Quality criterion - Name: Fair Work First / Weighting: 12
Price - Weighting: 20
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2026
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended for a period up to a further 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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 accordance with Section 67 (5) of the Public Contacts (Scotland) Regulations (5) i.e. the cost element may also take the form of a fixed price or cost on the basis of which economic operators will compete on quality criteria only, the award evaluation will be based on the Most Economically Advantageous Tender on the basis of the best quality per GBP whereby price is fixed.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
The Service to be provided is not a registered care service. Where the Provider presents as being a charity, there is a requirement that they will be able to evidence their charitable status and registration with the Charity Regulator. Staff must be registered with the appropriate regulatory body
three.1.2) Economic and financial standing
List and brief description of selection criteria
Service providers are required to have the following Insurance in place at contract commencement.
Employers Liability GBP10M,
Public Liability GBP10M
Professional Indemnity GBP2M
West Lothian Council will use Dun and Bradstreet’s DBAi financial reporting system to assess the financial stability of tenderers.
Tenderers with a Failure Score of 50 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that below 50 will not be considered as having met this criteria. If a tenderer has a Failure Score of less than 50, the tenderer may be required to submit their last three years accounts.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Service providers must be able to demonstrate previous experience of delivering this or a similar service. This can include the private, public or third sector
Minimum level(s) of standards required:
Two previous examples within the last 3 years
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Service providers will be required to perform services in accordance with the Service Specification and confirm that this can be achieved.
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
Date
8 December 2023
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
8 December 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
All information supplied by the Authority must be treated in confidence and not disclosed to third parties except insofar as this is necessary to obtain sureties or quotations for the purpose of submitting the tender. All information supplied by you to the
Authority will similarly be treated in confidence except:
(i) for any information required to be disclosed or otherwise provided by the Authority to any person in order to comply with the Freedom
of Information (Scotland) Act 2002 and any codes of practice applicable from time to time relating to access to public authorities’
information.
The Tenderer shall co-operate, facilitate, support and assist the Authority in the provision of this information. In the event the Authority is required to provide information to any person as a result of a request made to it under such Act and/or codes, the Authority shall adhere to the requirements of such Act and/or codes in disclosing information relating to this Agreement, the Project documents and the Contractor.
(ii) that references may be sought from banks, existing or past clients, or other referees submitted by the tenderers;
(iii) for the disclosure of such information with regard to the outcome of the procurement process as may be required to be published in the Supplement to the current World Trade Organisation or elsewhere in accordance with the requirements of UK government policy on the
disclosure of information relating to government contracts.
Procedures for Review - An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session’
Re SPD question 4B.6 In relation to D&B checks
In the event that the tenderer is not required to publish accounts and therefore does not have a Dun & Bradstreet or equivalent
rating,tenderers should be able to provide financial accounts when requested. Please note that if you intend on attaching 2 years accounts, these must include financial data over a 3 year period.
The council will review any information which is comparable to a Dun & Bradstreet score of 50 from a recognised Agency to substantiate
the Tenderer’s financial status.
In the event that a firm 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 Tender Submission is supported by a Parent Company Guarantee.
Should after review of the financial evaluation the tenderer fail, then the tender submission may be rejected.
Police Scotland and Dun & Bradstreet checks will be carried out.
Whilst Community Benefits are not being evaluated, any Community Benefits offered will be incorporated as contract conditions.
Bidders will be required to score a minimum of 60% of the marks allocated to Quality.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 52259. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:749291)
six.4) Procedures for review
six.4.1) Review body
livingston sheriff court
West Lothian Civic Centre
Livingston
EH54 6FF
Country
United Kingdom