Tender

CC13104 - WLDAP - Recovery Service

WEST LOTHIAN COUNCIL

This public procurement record has 1 release in its history.

Tender

06 Nov 2023 at 16:26

Summary of the contracting process

The West Lothian Council has issued a tender with the title "CC13104 - WLDAP - Recovery Service" in the Health and social work services category. The procurement stage is active, and the tender deadline is December 8, 2023. The contract value is £1,186,824, covering services related to community hub activities, one-to-one support, peer mentoring, and structured community rehab.

This tender by the West Lothian Council offers opportunities for service providers in the health and social work services sector to engage in delivering recovery services in collaboration with local agencies. Businesses with experience in delivering similar services, meeting specified insurance requirements, and demonstrating financial stability are well-suited to compete. The procurement method is an open procedure, with a bid validity period of 120 days and the contract expected to commence on April 1, 2024.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

CC13104 - WLDAP - Recovery Service

Notice 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.

Lot Information

Lot 1

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. 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.

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

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-041638
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/032837-2023
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85000000 - Health and social work services

Notice Value(s)

Tender Value
£1,186,824 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Nov 20232 years ago
Submission Deadline
8 Dec 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Mar 2024 - 31 Mar 2026 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
WEST LOTHIAN COUNCIL
Contact Name
Tom Henderson
Contact Email
tom.henderson@westlothian.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LIVINGSTON
Postcode
EH54 6FF
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM14 West Lothian
Delivery Location
TLM78 West Lothian

Local Authority
West Lothian
Electoral Ward
Livingston South
Westminster Constituency
Livingston

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-041638-2023-11-06T16:26:02Z",
    "date": "2023-11-06T16:26:02Z",
    "ocid": "ocds-h6vhtk-041638",
    "description": "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)",
    "initiationType": "tender",
    "tender": {
        "id": "CC13104",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "CC13104 - WLDAP - Recovery Service",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "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.",
        "value": {
            "amount": 1186824,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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. 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Service Delivery",
                            "type": "quality",
                            "description": "16"
                        },
                        {
                            "name": "Implementation",
                            "type": "quality",
                            "description": "12"
                        },
                        {
                            "name": "Costing and Resources",
                            "type": "quality",
                            "description": "8"
                        },
                        {
                            "name": "Quality Assurance",
                            "type": "quality",
                            "description": "12"
                        },
                        {
                            "name": "Safeguarding",
                            "type": "quality",
                            "description": "8"
                        },
                        {
                            "name": "Service User Engagement and Feedback",
                            "type": "quality",
                            "description": "12"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "12"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2024-04-01T00:00:00+01:00",
                    "endDate": "2026-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract may be extended for a period up to a further 24 months."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM78"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "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",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "Service providers will be required to perform services in accordance with the Service Specification and confirm that this can be achieved."
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-12-08T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "awardPeriod": {
            "startDate": "2023-12-08T12:00:00Z"
        },
        "bidOpening": {
            "date": "2023-12-08T12:00:00Z"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-96508",
            "name": "WEST LOTHIAN COUNCIL",
            "identifier": {
                "legalName": "WEST LOTHIAN COUNCIL"
            },
            "address": {
                "streetAddress": "West Lothian Civic Centre, Howden South Road",
                "locality": "Livingston",
                "region": "UKM78",
                "postalCode": "EH54 6FF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Tom Henderson",
                "email": "tom.henderson@westlothian.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.westlothian.gov.uk/",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-94123",
            "name": "livingston sheriff court",
            "identifier": {
                "legalName": "livingston sheriff court"
            },
            "address": {
                "streetAddress": "West Lothian Civic Centre",
                "locality": "Livingston",
                "postalCode": "EH54 6FF",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-96508",
        "name": "WEST LOTHIAN COUNCIL"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000749291"
        }
    ],
    "language": "en"
}