Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

CC13104 - WLDAP - Recovery Service

  • First published: 08 November 2023
  • Last modified: 08 November 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-041638
Published by:
West Lothian Council
Authority ID:
AA20985
Publication date:
08 November 2023
Deadline date:
08 December 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

WEST LOTHIAN COUNCIL

West Lothian Civic Centre, Howden South Road

Livingston

EH54 6FF

UK

Contact person: Tom Henderson

E-mail: tom.henderson@westlothian.gov.uk

NUTS: UKM78

Internet address(es)

Main address: https://www.westlothian.gov.uk/

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140

I.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 abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

CC13104 - WLDAP - Recovery Service

Reference number: CC13104

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: 1 186 824.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKM78

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Service Delivery / Weighting: 16

Quality criterion: Implementation / Weighting: 12

Quality criterion: Costing and Resources / Weighting: 8

Quality criterion: Quality Assurance / Weighting: 12

Quality criterion: Safeguarding / Weighting: 8

Quality criterion: Service User Engagement and Feedback / Weighting: 12

Quality criterion: Fair Work First / Weighting: 12

Price / Weighting:  20

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2024

End: 31/03/2026

This contract is subject to renewal: Yes

Description of renewals:

The contract may be extended for a period up to a further 24 months.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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

III.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.


III.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


III.2) Conditions related to the contract

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 08/12/2023

Local time: 12:00

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

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 08/12/2023

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.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)

VI.4) Procedures for review

VI.4.1) Review body

livingston sheriff court

West Lothian Civic Centre

Livingston

EH54 6FF

UK

VI.5) Date of dispatch of this notice

06/11/2023

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
tom.henderson@westlothian.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.