Provision of Recovery Focused Integrated Substance Misuse Community Services.
Contract notice
Services
Section I: Contracting authority
Isle of Wight Council
County Hall, High Street
For the attention of: Vanessa Squibb
PO30 1UD Newport
UNITED KINGDOM
Telephone: +44 1983821000-6346
E-mail:
Internet address(es):
General address of the contracting authority: www.iwight.com
Further information can be obtained from: Isle of Wight Council
County Hall, High Street
For the attention of: Lucy McLaughlin
PO30 1UD Newport
UNITED KINGDOM
E-mail:
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Isle of Wight Council
High Street, Newport
For the attention of: Lucy McLaughlin
PO30 1UD Newport
UNITED KINGDOM
E-mail:
Tenders or requests to participate must be sent to: Isle of Wight Council
County Hall, High Street
For the attention of: Lucy McLaughlin
PO30 1UD Newport
UNITED KINGDOM
E-mail:
Internet address: www.iwight.com
Section II: Object of the contract
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: Isle of Wight.
NUTS code UKJ34
85100000, 85140000, 85323000
Tenderers should be able to demonstrate the knowledge, innovation and ability to deliver substance misuse services to meet the needs of our local population. This will include adult, young persons and criminal justice services.
This service will be outcome focused and will deliver a recovery based journey through treatment. The contract will have a payment by result element.
The expected allocated budget for these services is in the range of GBP 1.2 to GBP 1.4 million per annum.
The decision has been taken to disclose the expected annual budget for the services and ask that tenderers demonstrate how they can deliver the services within this budget allocation. The Council is unable to consider any submission that does not come within this figure; however, tenderers are able to submit under the allocated budget.
It is intended to hold a Bidders Event on 7.3.2014 at the Council offices on the Isle of Wight subject to interest. The aims of this event are to explain,
- The service that we wish to commission.
- What we are looking for from interested parties.
- The calculation method for Payment by Results.
- How the bids will be evaluated.
Estimated value excluding VAT:
Range: between 6 000 000 and 7 000 000 GBP
Description of these options: The contract is to run from 1.10.2014 for a period of 3 years with the option to extend for a further period of up to 2 years at the sole discretion of the Council.
Section III: Legal, economic, financial and technical information
Minimum level(s) of standards possibly required: To meet the financial minimum thresholds the potential provider must comply with the following: - that if you have less than 2 years accounts information can be provided for either question 2.2, 2.3, 2.4 or 2.5 of the Tenderer Questionnaire, - that if the organisation is a subsidiary of a group information for 2.1, 2.2, 2.3, 2.4 and 2.5 of the Tenderer Questionnaire is provided for both the subsidiary and the ultimate parent company, - where a consortium or association is proposed the information in 2.1, 2.2, 2.3, 2.4 and 2.5 of the Tenderer Questionnaire is requested for each member company, - where the potential provider is dependant financially on a parent company confirmation is required that a parent guarantee is available if requested, - confirm that a bankers reference is available on request. This assessment will be a risk based assessment using the information provided and will be scored on a pass/fail basis.
Potential providers will also be asked to confirm that none of the exclusionary conditions of Regulation 23 (1) of the Public Contract Regulations 2006 (as amended) applies.
Potential providers will also be required to comply with the Council's insurance requirements:
- 10 000 000 GBP employers liability;
- 10 000 000 GBP public liability;
- 1 000 000 GBP professional indemnity.
As per the tender document and tenderer questionnaire.
Minimum level(s) of standards possibly required:
As per the tender document and tenderer questionnaire.
Section IV: Procedure
The most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 30
2. Quality broken down as follows:. Weighting 70
3. Service delivery. Weighting 60
4. Ensuring quality. Weighting 40
Place:
County Hall, Newport, Isle of Wight.
Section VI: Complementary information
If any tenderer considers that any information supplied by them is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivity specified. A schedule is provided within the ITT where potential providers can record and submit this information to the Council. In such cases the relevant material will, in response to FOI requests, be examined in light of exemptions provided for in this act.
If you do not get a response within 24 hours of initially requesting the documentation, it is the tenderers responsibility to re contact the Isle of Wight Council to obtain the documents.
The contract shall be made in English and according to English Law and subject to the jurisdiction of the English Courts.
The values listed in this contract notice are a range of the expected allocated budget and include the possible extension period. Please also note that II.3 shows total potential duration of the contract including the possible extension period.
Although documents will be available up to the closing time and date for submissions, it is the tenderers responsibility to ensure that they request the documents in ample time to ensure that they can be completed and returned, along with all supporting documentation called for, prior to the closing time and date.
The date listed in section IV.3.4 is for the receipt of completed ITTs. ITTs received after the deadline (14:00 hrs on 31.3.2014) will not be accepted.
The Council reserves the right not to make any award and reserves the right to accept all or part of any tender.
This is a non-mandatory OJEU Contract Notice. The Services constitute Part B services for the purposes of the Public Contract Regulations 2006 (Regulations) and the procurement is not therefore fully regulated by the Regulations. Neither a reference during or after this procurement process to the Regulations or the use of language or terminology common to the Regulations shall require the Council to conduct a fully regulated procurement in accordance with the Regulations. This notice is being placed for advertising purposes only.