By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Adult Drug and Alcohol Recovery Orientated Treatment System.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Hull City Council
Corporate Procurement Team, Room 94, The Guildhall, Alfred Gelder Street
For the attention of: Dave Sullivan
HU1 2AA Hull
UNITED KINGDOM
Telephone: +44 1482616272
E-mail:
Fax: +44 1482616107

Internet address(es):

General address of the contracting authority: http://www.hullcc.gov.uk

Further information can be obtained from: YORtender/Due North Sourcing Solutions
Hull City Council advertise all procurements via YORtender. This system is free to register and available at the following link https://www.yortender.co.uk/procontract/supplier.nsf/frm_home?openForm. Hull City Council will not accept manual tenders. All tenders must be submitted via YORtender.
UNITED KINGDOM
Telephone: +44 8445434579
E-mail:
Fax: +44 1670713594
Internet address: https://www.yortender.co.uk/procontract/supplier.nsf/frm_home?openForm.

Tenders or requests to participate must be sent to: YORtender/Due North Sourcing Solutions
Hull City Council advertise all procurements via YORtender. This system is free to register and available at the following link https://www.yortender.co.uk/procontract/supplier.nsf/frm_home?openForm. Hull City Council will not accept manual tenders. All tenders must be submitted via YORtender.
UNITED KINGDOM
Telephone: +44 8445434579
E-mail:
Fax: +44 1670713594
Internet address: https://www.yortender.co.uk/procontract/supplier.nsf/frm_home?openForm.

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Health
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Adult Drug and Alcohol Recovery Orientated Treatment System.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: Within the City of Kingston Upon Hull and City bounderies.

NUTS code UKE11

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded: Not Known.
II.1.5)Short description of the contract or purchase(s)
Hull City Council (HCC) is seeking to invest in a drug and alcohol treatment provision which will deliver an integrated system of care for all types of drug and alcohol adult users in the city. The services will cover all areas of substance misuse support from first intervention, through treatment to aftercare. We invite organisations who are CQC registered to deliver this range of services within Hull. The contract duration will be for 4 years commencing 1 September 2014. No extensions will be granted to this contract.
The services will comprise three lots and providers can bid for up to two lots.
1. Criminal Justice Service.
2. Non Criminal Justice Service.
3. Long Term Treatment Service.
HCC will accept proposals both from individual providers tendering on their own or from providers who have formed a consortia/partnership to submit a combined proposal.
The contract will be an integral part of the Hull Health and Wellbeing Boards strategy to support people in Hull to achieve better long term health and social care outcomes. We are looking for experienced organisations able to provide a creative and assertive approach to dealing with drug and alcohol problems, with a key focus on early intervention and a whole family approach.
TUPE may apply to this contract.
II.1.6)Common procurement vocabulary (CPV)

98330000, 85000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The lots have been based on initial recommendations made from an independent review of substance misuse services in Hull 2013. The review confirmed the need to place greater emphasis on alcohol-related issues, reflecting the increasing level of concern and activity relating to alcohol misuse, as well as an increasing need to focus on so called ‘legal highs' and changing trends in relation to drug use. This confirms that the changing role of substance misuse treatment echoes some of the key agendas for public health. Tendering organisation will need to demonstrate a broader focus on alcohol and drug use in a wider context.
Each lot will be responsible for the delivery of services from Tier 2 to Tier 4 for the agreed client group, and will also need to provide support for clients families and significant others to deliver effective and sustainable outcomes.
The contract will be divided into 3 lots, broken down as follows:
1. Criminal Justice Service - This service will include all elements of treatment from Arrest Referral, case management, prescribing, psychosocial support, group provision for DRR and ATR clients, and aftercare.
2. Non Criminal Justice Service - This service will include all elements of treatment from brief intervention and screening, case management, prescribing, psychosocial support, group provision, and aftercare.
3. Long Term in treatment service for clients who are still receiving treatment support after several years - this will include assessment, group and individual support, and prescribing (which also incorporates the delivery of prescribing in primary care).
Hull City Council wish to encourage a range and diversity of providers, tenderers can bid for up to two lots, and Hull City Council will accept proposals both from individual providers tendering on their own or from providers who have formed a consortia/partnership to submit a combined proposal. Further information will be contained within the PQQ and ITT Part 1.
Estimated value excluding VAT: 7 800 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Criminal Justice Service
1)Short description
This service will include all elements of treatment from Arrest Referral, case management, prescribing, psychosocial support, group provision for DRR and ATR clients, and aftercare.
See tender documentation for further information.
2)Common procurement vocabulary (CPV)

98330000, 85000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Non Criminal Justice Service
1)Short description
This service will include all elements of treatment from brief intervention and screening, case management, prescribing, psychosocial support, group provision, and aftercare.
See tender documentation for further infromation.
2)Common procurement vocabulary (CPV)

98330000, 85000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Long term Treatment Service
1)Short description
for clients who are still receiving treatment support after several years - this will include assessment, group and individual support, and prescribing (which also incorporates the delivery of prescribing in primary care).
See tender documentation for further information.
2)Common procurement vocabulary (CPV)

98330000, 85000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See tender documentation.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: All providers must be CQC Registered.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: See tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: See tender documentation.
Minimum level(s) of standards possibly required: See tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
See tender documentation.
Minimum level(s) of standards possibly required:
See tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 3
Objective criteria for choosing the limited number of candidates: See tender documentation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
YORE-9FTHYC
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 7.3.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
14.5.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
7.3.2014
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 14.5.2014 - 12:00
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
See tender documentation.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Town Clerk
Hull City Council Guildhall Alfred Gelder Street
HU1 2AA Hull
UNITED KINGDOM
Telephone: +44 1482300300
Internet address: http://www.hullcc.gov.uk
Fax: +44 1482616107

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
29.1.2014