Notice Information
Notice Title
Renfrewshire Alcohol & Drugs Crisis Outreach Service
Notice Description
The requirement is for an Alcohol and Drugs Crisis Outreach Service that will operate to reduce harm, save lives, and improve access to treatment and care by providing key interventions to prevent drug and alcohol-related deaths. In line with the MAT standards, the key aims of a Crisis Outreach Service would be to engage with individuals at higher risk of overdose and those who have experienced a near fatal overdose to provide care and support to increase access to life saving protective treatment. The key elements of the response we need for Renfrewshire are as follows: - Emergency response: maximise capacity and capability of services, families and friends and agencies to deal with a potentially fatal overdose by being properly equipped and trained. - Reducing risk: maximising support, access, and the range of practical and appropriate choices of pathways for anyone with high-risk drug use; and - Reducing vulnerability: link with key agencies addressing issues that can predispose vulnerable people to move into higher-risk use of drugs and reducing the associated impact on wider communities.
Lot Information
Lot 1
The Tender Procedure shall be conducted in accordance with an above Government Procurement Agreement (GPA) Threshold Open Tender procedure relating to a Services Contract for a Social and Other Specific Service. Additional information: The total budget for this Contract for the initial 2-year period is 600,000GBP (300,000GBP per annum) excluding VAT. The Council may receive future funding for a further 1 year period (of up to 300,000GBP) for this Service beyond the initial 2 year period. This will be subject to funding being provided to the Council to support this Service and will be at the sole discretion of the Council.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04d467
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/004487-2025
- Current Stage
- Award
- All Stages
- Tender, Award
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
85323000 - Community health services
Notice Value(s)
- Tender Value
- £900,000 £500K-£1M
- Lots Value
- £900,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 11 Feb 20251 years ago
- Submission Deadline
- 17 Feb 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 11 Feb 20251 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Active
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- RENFREWSHIRE COUNCIL
- Contact Name
- Sarah Ford
- Contact Email
- sarah.ford@renfrewshire.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- PAISLEY
- Postcode
- PA1 1JB
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Renfrewshire
- Electoral Ward
- Paisley East and Central
- Westminster Constituency
- Paisley and Renfrewshire South
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-04d467-2025-02-11T10:09:36Z",
"date": "2025-02-11T10:09:36Z",
"ocid": "ocds-h6vhtk-04d467",
"description": "It is anticipated that the Contract will commence on 1st July 2025 and will expire on 30th June 2027 with the option to extend for up to 12 months on 1 occasion subject to funding availability. Minimum Insurance Requirements Employers' liability - ten (10) million pounds sterling each and every occurrence. Public Liability - ten (10) million pounds sterling (10,000,000GBP) any one occurrence. Liability must not exclude abuse and/or molestation cover; Where the Provider will offer products for sale to the public as part of the Services, Products Liability cover on an aggregate basis must be included in the Public Liability policy; Where the Provider will carry out activities such as nursing care, first aid, administration of prescribed drugs or medicines and administration of drugs or medicines available without prescription, the Provider will require to evidence either an extension to the Provider's Public Liability cover this to a minimum indemnity limit of ten (10) million pounds sterling (10,000,000GBP) OR a specific Medical Malpractice Liability policy to a minimum indemnity limit of ten (10) million pounds sterling (10,000,000GBP) in the aggregate, in relation to the risk of any errors or omissions in delivering this type of service; Where the Provider will carry out activities focused on wellbeing and development (rather than care or treatment), the Provider will require to evidence Professional Indemnity cover to a minimum indemnity limit of two (2) million pounds sterling (2,000,000GBP) any one incident or in the aggregate, with an automatic annual reinstatement of this sum permitted within the policy terms if in the aggregate, OR five (5) million pounds sterling (5,000,000GBP) in the aggregate without annual reinstatement, OR, if not a specific Professional Indemnity policy, then an extension to the Provider's public liability cover (the extension being for five (5) million pounds sterling (5,000,000GBP), in relation to the risk of any errors or omissions in delivering this type of service. Where a vehicle is used in the delivery of Services, statutory third party motor vehicle liability insurance cover must be evidenced by way of a valid MV certificate in the COMPANY name, OR where there is no company fleet and employees use their own vehicles instead, a letter signed by a person of appropriate authority confirming that the provider has ongoing arrangements in place to ensure that employees' vehicles are appropriately insured and maintained for business purposes. Previous publication relating to this Contract A Prior Information Notice was issued for market engagement and can be accessed on this website: Document ID: 779702. (SC Ref:790305)",
"initiationType": "tender",
"tender": {
"id": "RC-CPU-24-178",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Renfrewshire Alcohol & Drugs Crisis Outreach Service",
"status": "cancelled",
"classification": {
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
},
"mainProcurementCategory": "services",
"description": "The requirement is for an Alcohol and Drugs Crisis Outreach Service that will operate to reduce harm, save lives, and improve access to treatment and care by providing key interventions to prevent drug and alcohol-related deaths. In line with the MAT standards, the key aims of a Crisis Outreach Service would be to engage with individuals at higher risk of overdose and those who have experienced a near fatal overdose to provide care and support to increase access to life saving protective treatment. The key elements of the response we need for Renfrewshire are as follows: - Emergency response: maximise capacity and capability of services, families and friends and agencies to deal with a potentially fatal overdose by being properly equipped and trained. - Reducing risk: maximising support, access, and the range of practical and appropriate choices of pathways for anyone with high-risk drug use; and - Reducing vulnerability: link with key agencies addressing issues that can predispose vulnerable people to move into higher-risk use of drugs and reducing the associated impact on wider communities.",
"value": {
"amount": 900000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Tender Procedure shall be conducted in accordance with an above Government Procurement Agreement (GPA) Threshold Open Tender procedure relating to a Services Contract for a Social and Other Specific Service. Additional information: The total budget for this Contract for the initial 2-year period is 600,000GBP (300,000GBP per annum) excluding VAT. The Council may receive future funding for a further 1 year period (of up to 300,000GBP) for this Service beyond the initial 2 year period. This will be subject to funding being provided to the Council to support this Service and will be at the sole discretion of the Council.",
"value": {
"amount": 900000,
"currency": "GBP"
},
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85000000",
"description": "Health and social work services"
},
{
"scheme": "CPV",
"id": "85323000",
"description": "Community health services"
}
],
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"deliveryLocation": {
"description": "Renfrewshire."
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"otherRequirements": {
"reductionCriteria": "PVG - The Tenderer must confirm that all staff employed in the delivery of the service will be PVG registered. Insurances - detailed in VI.3) Additional information of this Contract Notice. Financial - A financial check of the Tenderer will be undertaken using Dun & Bradstreet. The requirement is for a Minimum failure score of 20 or where this is not achieved, 2 years of Audited Accounts can be provided. Previous Experience -Tenderers must give examples demonstrating experience of delivering similar services. Tenderers must have appropriately skilled and qualified staff providing support and advice for people with varying needs. Tenderers must complete the Council's High-Risk Health and Safety Questionnaire and include their Health and Safety Policy/risk assessments. Tenderers will also be asked to provide their Quality Management policy/evidence.",
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2025-02-17T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"reviewDetails": "An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations."
},
"parties": [
{
"id": "GB-FTS-1038",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Sarah Ford",
"email": "Sarah.Ford@renfrewshire.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.renfrewshire.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-13881",
"name": "See VI.4.3 below",
"identifier": {
"legalName": "See VI.4.3 below"
},
"address": {
"locality": "See VI.4.3 below",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-1038",
"name": "Renfrewshire Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000787511"
}
],
"language": "en",
"awards": [
{
"id": "004487-2025-1",
"relatedLots": [
"1"
],
"status": "unsuccessful",
"statusDetails": "discontinued"
}
]
}