Contract notice

Information

Published

Expire date: 22/11/2023

External Reference: 2023-563996

FTS Reference: 2023-030825

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

City of York Council
GB 647 3650 22
West Offices, Station Rise
York
YO1 6GA
UK
Contact person: Mark Woolford
NUTS code:  UKE21 -  York
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=71779&B=UK
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

York Drug and Alcohol Treatment & Recovery Service
Reference number:  77689
II.1.2)

Main CPV code

85000000  -  Health and social work services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Council is seeking to procure an integrated alcohol and drug treatment and recovery service to be available to all residents within the City of York local authority area. This will be an all-age service, providing dedicated support for adults and children/young people. The Service will have recovery as its core outcome and recognise the role that trauma exposure can have on individuals.
The Contract will be for an initial contract period of 5 years with an option to extend for a further period of up to 5 years. Therefore, the total possible Contract duration is 10 years. The total budget available for the initial five (5) year Contract is £9,000,000 (£1,800,000 per year), with the possibility, subject to external funding becoming available and totally discretionary, for the City of York Council to add up to a further £300,000 per year, taking the potential total contract value for the initial contract period of 5 years to £10,500,000.
II.1.5)

Estimated total value

Value excluding VAT: 21000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

85000000  -  Health and social work services
II.2.3)

Place of performance

NUTS code:  UKE21 -  York
II.2.4)

Description of the procurement

The Council is seeking to procure an integrated alcohol and drug treatment and recovery service to be available to all residents within the City of York local authority area. This will be an all-age service, providing dedicated support for adults and children/young people. The Service will have recovery as its core outcome and recognise the role that trauma exposure can have on individuals; these key principles will be threaded throughout the whole customer journey from assessment to completion of treatment..
The Service will provide treatment and support interventions that enable customers to achieve successful completion of treatment and sustainable recovery from drug and/or alcohol use disorders. The provider will be able to work with customers with complex needs while also having robust expectations of customers and the outcomes they can achieve. The provider is expected to use trauma-informed practice, evidence of what works, to innovate and to develop their staff to deliver outcomes that are meaningful for customers, families, stakeholder agencies and communities.
The Contract will be for an initial contract period of 5 years with an option to extend for a further period of up to 5 years. Therefore, the total possible Contract duration is 10 years. The total budget available for the initial five (5) year Contract is £9,000,000 (£1,800,000 per year), with the possibility, subject to external funding becoming available and totally discretionary, for the City of York Council to add up to a further £300,000 per year, taking the potential total contract value for the initial contract period of 5 years to £10,500,000. If the full extension period of a further 5 years then the total contract value would be a potential £21,000,000.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Interested parties can download the Selection Questionnaire (SQ) and Invitation to Tender documents directly from https://yortender.eu-supply.com using the Yortender reference: 77689. The procurement documentation should be completed and returned by no later than the deadline specified in IV.3.4. Late submissions will not be accepted.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  22/11/2023
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  22/11/2023
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Justice
The Strand
London
WC2A 2LL
UK