Notice Information
Notice Title
Glasgow Drugs and Alcohol Abstinence Recovery Hub
Notice Description
The Abstinence Based Recovery Hub will play a key role in Glasgow's response to issues caused by alcohol and drug misuse. ABRH will work in partnership with statutory Alcohol and Drug Care and Treatment services (ADRS) and other agencies aiming to reduce drug-related deaths and promote abstinence-based recovery in line with the Glasgow City Alcohol and Drug Partnership strategy. ABRH will support service users at varying stages of their abstinence journey.
Lot Information
Lot 1
The Abstinence Based Recovery Hub will play a key role in Glasgow's response to issues caused by alcohol and drug misuse. ABRH will support service users at varying stages of their abstinence journey. The model for an Abstinence-based Recovery Hub (ABRH) has been developed to ensure that purchased service provision compliments the statutory provision across each of the 3 localities in Glasgow and delivers better outcomes for service users. Glasgow City Council Social Work Services require an ABRH in Glasgow City, covering three Glasgow localities; North East, North West and South. ABRH will work in tandem with the Health and Social Care Partnerships (HSCP) statutory Care and Treatment Services (ADRS) and other services to support service users to maintain Abstinence drug and/or alcohol use. The detailed Service Specification of the supply of the services and details of estimated demand is provided as part of this Invitation to Tender pack.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
Renewal: 2 year contract with a 1 year extension
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000711098
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV463385
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract 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
85300000 - Social work and related services
85312000 - Social work services without accommodation
85312500 - Rehabilitation services
Notice Value(s)
- Tender Value
- £600,000 £500K-£1M
- Lots Value
- £600,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 4 Nov 20223 years ago
- Submission Deadline
- 5 Dec 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- Phil Stevenson
- Contact Email
- phil.stevenson@glasgow.gov.uk
- Contact Phone
- +44 1412765623
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 1DU
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North East
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV463385
Glasgow Drugs and Alcohol Abstinence Recovery Hub - The Abstinence Based Recovery Hub will play a key role in Glasgow's response to issues caused by alcohol and drug misuse. ABRH will work in partnership with statutory Alcohol and Drug Care and Treatment services (ADRS) and other agencies aiming to reduce drug-related deaths and promote abstinence-based recovery in line with the Glasgow City Alcohol and Drug Partnership strategy. ABRH will support service users at varying stages of their abstinence journey.
Notice URLs
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-r6ebe6-0000711098-2022-11-04T00:00:00Z",
"date": "2022-11-04T00:00:00Z",
"ocid": "ocds-r6ebe6-0000711098",
"initiationType": "tender",
"parties": [
{
"id": "org-157",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"name": "Phil Stevenson",
"email": "phil.stevenson@glasgow.gov.uk",
"telephone": "+44 1412765623",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.glasgow.gov.uk"
}
},
{
"id": "org-158",
"name": "Glasgow Sherriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sherriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "PO BOX 23, 1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA"
},
"contactPoint": {
"email": "glasgow@scotcourts.gov.uk",
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Glasgow City Council",
"id": "org-157"
},
"tender": {
"id": "GCC005707SW",
"title": "Glasgow Drugs and Alcohol Abstinence Recovery Hub",
"description": "The Abstinence Based Recovery Hub will play a key role in Glasgow's response to issues caused by alcohol and drug misuse. ABRH will work in partnership with statutory Alcohol and Drug Care and Treatment services (ADRS) and other agencies aiming to reduce drug-related deaths and promote abstinence-based recovery in line with the Glasgow City Alcohol and Drug Partnership strategy. ABRH will support service users at varying stages of their abstinence journey.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "85312500",
"scheme": "CPV"
},
{
"id": "85312000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "UK, Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 600000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2022-12-05T12:00:00Z"
},
"awardPeriod": {
"startDate": "2022-12-06T12:00:00Z"
},
"documents": [
{
"id": "NOV463385",
"documentType": "contractNotice",
"title": "Glasgow Drugs and Alcohol Abstinence Recovery Hub",
"description": "The Abstinence Based Recovery Hub will play a key role in Glasgow's response to issues caused by alcohol and drug misuse. ABRH will work in partnership with statutory Alcohol and Drug Care and Treatment services (ADRS) and other agencies aiming to reduce drug-related deaths and promote abstinence-based recovery in line with the Glasgow City Alcohol and Drug Partnership strategy. ABRH will support service users at varying stages of their abstinence journey.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV463385",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The Abstinence Based Recovery Hub will play a key role in Glasgow's response to issues caused by alcohol and drug misuse. ABRH will support service users at varying stages of their abstinence journey. The model for an Abstinence-based Recovery Hub (ABRH) has been developed to ensure that purchased service provision compliments the statutory provision across each of the 3 localities in Glasgow and delivers better outcomes for service users. Glasgow City Council Social Work Services require an ABRH in Glasgow City, covering three Glasgow localities; North East, North West and South. ABRH will work in tandem with the Health and Social Care Partnerships (HSCP) statutory Care and Treatment Services (ADRS) and other services to support service users to maintain Abstinence drug and/or alcohol use. The detailed Service Specification of the supply of the services and details of estimated demand is provided as part of this Invitation to Tender pack.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.",
"status": "active",
"value": {
"amount": 600000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "2 year contract with a 1 year extension"
}
}
],
"bidOpening": {
"date": "2022-12-06T12:00:00Z"
},
"contractTerms": {
"performanceTerms": "Contained in the procurement documents."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The winning bidder will be registered with the Care Inspectorate and all staff will register with the Scottish Social Services Council with a full PVG. Bidders require to have a minimum of 3 years' experience at the point of tendering, of providing social care services. Bidders also need to be able to demonstrate an average of Grade 3 or above in the published Care Inspectorate Reports for these existing services under the category 'Care & Support' (or published inspection reports from an equivalent regulatory body). Grade 3 or above should be evidenced in an organisations' most recent Care Inspection and the previous inspection (two most recent inspections). Where organisations have not been operating long enough to have 2 published reports, they should provide the grades of all the published reports they have for relevant existing services, where these meet the Grade 3 or above criteria. A template and further guidance can be found in the \"SPD Qualification Envelope, Additional Supplementary Questions\" document on PCS-t."
},
{
"type": "economic",
"description": "Financial Check In order to pass the Financial Check section of the contract, it is mandatory for companies to attain the undernoted: Financial Viability The Financial Viability Template is contained in the buyers attachments section of PCSt. Bidders must complete the Financial Viability Template as part of their submission. Responses to the Financial Viability Template will be evaluated on a pass/fail basis. Applicants are also required to attach copies of 3 years audited accounts.",
"minimum": "Failure to pass this financial assessment will result in your application being rejected. GCC reserves the right to reject your tender if you fail to submit last 3 years audited accounts or equivalent and GCC is unable to assess your financial position. Bidders must comply with all the undernoted financial requirements in relation to Turnover Score, Pre Tax Profit Margin and Liquidity (Current Ratio and Leverage) to participate in the tendering process: Turnover Score Average decrease in Turnover over a 3-year period. Turnover Score (%) Range Score 0.00 to 0.98 5 0.99 to 10.98 4 10.99 to 20.98 3 20.99 to 30.98 2 30.99 to 40.98 1 40.99 and above 0 Pre Tax Profit Margin Pre Tax Profit as a percentage of Turnover averaged over a 3 year period. Pre Tax Profit Margin (%) Range Score 0.00 0 0.01 to 5.49 1 5.50 to 10.49 2 10.50 to 15.49 3 15.50 to 20.49 4 20.50 and above 5 Liquidity Ratios Current Ratio - Current Assets/Current Liabilities Leverage Score - Long-term Liabilities/Net Worth Bidders must achieve a score of 5 or above from a combination of these two liquidity ratios. Scoring Method Current Ratio Range Score 0.00 to 0.80 0 0.81 to 0.90 1 0.91 to 1.00 2 1.01 to 1.10 3 1.11 to 1.20 4 1.21 and above 5 Leverage Score (%) 0.00 to 19.99 5 20.00 to 39.99 4 40.00 to 59.99 3 60.00 to 79.99 2 80.00 to 99.99 1 100.00 0 Bidders must achieve a score of 10 or above from a combination of all 4 financial requirements. The Council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Applicant's economic and financial standing. Insurance Bidder shall take out and maintain throughout the period of the contract Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING in respect of any one event and unlimited in the period. Bidder shall take out and maintain throughout the period of the contract Treatment Risk insurance to the value of at least FIVE MILLION POUNDS STERLING in respect of any one event and in the aggregate. Bidder shall take out and maintain throughout the period of the contract Products Liability insurance to the value of at least FIVE MILLION POUNDS STERLING in respect of any one event and in the aggregate. Bidder shall take out and maintain throughout the period of the contract Employer's Liability insurance to the value of at least TEN MILLION POUNDS STERLING in respect of any one event and unlimited in the period. Bidder shall take out and maintain throughout the period of the contract Abuse cover to the value of at least FIVE MILLION POUNDS STERLING in respect of any one claim, without limit to the number of claims or; Abuse cover to the value of at least TEN MILLION POUNDS STERLING in respect of any one claim and in the aggregate. The policy must be arranged on a 'claims occurring' basis. Please note cover arranged on a claims made basis will not be accepted by Glasgow City Council. Bidder shall take out and maintain throughout the period of their services Professional Indemnity insurance to the value of at least ONE MILLION POUNDS STERLING in respect of any one event and in the aggregate. All successful suppliers will be required to sign an Insurance Mandate which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the supplier's insurance provider. Please check procurement documents."
},
{
"type": "technical",
"description": "Please provide 2 relevant examples of services carried out during the last two years as specified in the ITT of the procurement documents. - A minimum of 2 years continuous experience of providing social care services, - Experience of delivering services to Individuals who are experiencing difficulties around their substance use and evidence your knowledge around supporting service users to achieve abstinence related goals or outcomes?",
"minimum": "Bidders must score a minimum threshold of 60% across both examples. Any Bidder who fails to achieve the minimum points score will be disqualified. The winning bidder will be registered with the Care Inspectorate and all staff will register with the Scottish Social Services Council with a full PVG."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "85300000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "Health & Safety: Bidders must complete and return the HS questionnaire in PCST. Freedom of Information: Information on FOI Act is in the ITT. Bidders must note the implications of this legislation and ensure that any information they wish the Council to consider withholding is specifically indicated on the FOI Certificate in PCST (NB the Council does not bind itself to withhold this information). Bidders are required to complete the FOI certificate in PCST. Tenderers Amendments (TA): Bidders must enter any clause/condition/amendment to specification or any other qualification they may wish to make conditional to this offer. Bidders are required to complete the TA certificate in PCST. Prompt Payment (PP): The successful tenderer shall as a condition of being awarded the tender be required to demonstrate to the Council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors if any. Bidders are required to complete the PP certificate in PCST. Non-Collusion (NC): Bidders are required to complete the NC certificate in PCST. Insurance Mandate (IM): All successful suppliers will be required to sign an IM, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the suppliers insurance provider. If the IM is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Terms and Conditions are in PCST. Request for Documentation: Once the Evaluation of Price and Quality has been complete, the recommended Bidder will be expected to provide all documentation as specified in the SPD. When the Request for Documentation is made Bidders must supply the relevant information within 5 working days. Failure to provide this information within the specified time may result in your bid being rejected and the Council proceeding with the procurement exercise to the next appropriate bidder. Additional information pertaining to this contract notice is contained within the Invitation to Tender documents. Bidder must ensure they read in line with this contract notice. (SC Ref:710116) The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22640. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Glasgow City Council is committed to promoting Community Benefits through its procurement activity. A Community Benefits Statement Template has been included as an attachment in the Qualification envelope on PCSt at Section 4. Bidders are required to complete this template as part of the ESPD qualifying criteria. Bidders should use the template to describe, in between 300 and 500 words, the contribution their organisation may be able to make in relation to achieving Community Benefits when delivering services. The Community Benefits Statement includes guidance as well as some examples of Community Benefits that may be applicable when delivering social care services under the contract. These have been selected from the Scottish Government's Sustainability Test. Please note your organisation's response need not be limited to the examples given. Completion of the Community Benefits Statement is a mandatory requirement of the tender process. Bidders are asked to complete the Community Benefits Statement. However, this will not be evaluated and will be voluntary. (SC Ref:711098)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000711098"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}