CC13104 - WLDAP - Recovery Service

A Tender Notice
by WEST LOTHIAN COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
2 year
Value
1M
Sector
HEALTH
Published
06 Nov 2023
Delivery
01 Apr 2024 to 31 Mar 2026
Deadline
08 Dec 2023 12:00

Concepts

Location

Livingston

Geochart for 2 buyers and 0 suppliers

2 buyers

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.

Total Quantity or Scope

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.

Renewal Options

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

Award Criteria

Service Delivery 16.0
Implementation 12.0
Costing and Resources 8.0
Quality Assurance 12.0
Safeguarding 8.0
Service User Engagement and Feedback 12.0
Fair Work First 12.0
PRICE 20.0

CPV Codes

  • 85000000 - Health and social work services

Indicators

  • Bids should cover the whole contract.
  • Renewals are available.
  • Financial restrictions apply.
  • Performance considerations apply.
  • Professional qualifications are sought.
  • Award on basis of price.

Other 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. 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)

Reference

Domains