Issue - meetings

Award of contract(s)Haringey Adult Substance misuse Treatment Services

Meeting: 09/07/2013 - Cabinet (Item 461)

461 Award of contract(s)Haringey Adult Substance misuse Treatment Services pdf icon PDF 422 KB

(Report of the Director of Public Health. To be introduced by the Cabinet Member for Health and Adult Services). The report seeks agreement to award contracts to the successful tenderers in accordance with Contract Standing Order 9.07.1 (d).

Additional documents:

Minutes:

Cabinet considered a report, introduced by the Cabinet Member for Health and Adult Services, which detailed the outcome of a restricted tender process for the award of contract to provide adult substance misuse services to local people experiencing drug and alcohol problems, their families, partners and friends.

 

Exempt information pertaining to the report was considered under Item 33.

 

RESOLVED:

 

That the award of contracts to the successful tenderers, in accordance with Contract Standing Order (CSO) 9.07.1(d) each for an initial term of three years, with an option to extend for a period or periods of up to a further two years, be approved, as follows:

 

Lot 1 – to Barnet Enfield and Haringey Mental Health Trust (DASH) to commence on 1 January 2014 for a three year contract with the value of £7,471,406.00

 

Lot 2 – to Haringey Advisory Group on Alcohol (HAGA) to commence on 1 January 2014 for a three year contract, with the value of £1,572,342.00

 

Lot 3 – to St Mungos to commence on 1 January 2014 for a three year contract, with the value of £2,915,440.00

 

Alternative Options Considered

The tendering of these services is part of Public Health’s wider commissioning plan and an agreed Business Case for the tendering of the drug and alcohol contracts. Council held contracts in this tender exercise were extended by Cabinet in December 2012 for a period of nine months from April 2013 to facilitate the tendering process. NHS substance misuse contracts novated over to the Council by statute in April 2013 and also form part of this tender.

 

Reasons for Decision

The recommendations as outlined in 3.2, 3.3 and 3.4 of the report are based on those providers who scored the highest MEAT scores and therefore would offer the best value to the Council in terms of quality and price. The quality component of the tender was 70% and the price 30%. The quality component of these services was deemed to be of critical importance as part of the service provision and is of a critical nature and as such compliance with standards is crucial.

.