By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Provision of Recovery Focused Integrated Substance Misuse Community Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

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

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Provision of Recovery Focused Integrated Substance Misuse Community Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
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

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Isle of Wight Council invites tenders from suitably qualified organisations for the provision of Recovery Focused Integrated Substance Misuse Community Services for the Isle of Wight. 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.
II.1.6)Common procurement vocabulary (CPV)

85100000, 85140000, 85323000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Isle of Wight Council invites tenders from suitably qualified organisations for the provision of Recovery Focused Integrated Substance Misuse Community Services for the Isle of Wight. 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.
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
II.2.2)Information about options
Options: yes
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.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.10.2014. Completion 30.9.2019

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A performance bond and/or a parent company guarantee may be required. Further information will be provided within the tender document.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment shall be made in accordance with the payment provisions in the contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Council reserves the right to require bidders to take legal form, or to require one party to take primary liability or to require that each party takes joint and several liability. Further information will be provided within the tender document.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Bidders will be required to complete a Tenderer Questionnaire which the Council will use to evaluate and short list potential providers. The Council will assess their economic and financial standing, technical capacity and ability to ensure they meet the Council's minimum requirements.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per the Tenderer Questionnaire, including submission of 2 years audited accounts, compliance with the Council's insurance requirements, confirmation that none of the exclusionary conditions in the Public Contracts Regulations 2006 applies to the potential provider and confirmation of any pending or threatened legal proceedings against the potential provider.
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.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per the tender document and tenderer questionnaire.
Minimum level(s) of standards possibly required:
As per the tender document and tenderer questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria

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

IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
PH/1305/T01
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
31.3.2014 - 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 31.3.2014 - 14:30

Place:

County Hall, Newport, Isle of Wight.

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The Freedom of Information Act (FOI) 2000 which came into force on 1.1.2005 applies to the Council.
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.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The award of the contract will incorporate a voluntary minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to all tenderers. Unsuccessful tenderers will be provided, as standard, with a full debrief in writing before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
5.2.2014