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

Pharmacy based Drug Treatment Service

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Hampshire County Council
Adults Services Department, The Castle, Hampshire
For the attention of: Tracy Davies
SO23 8UD Winchester
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: http://www.hants.gov.uk

Electronic access to information: https://in-tendhost.co.uk/hampshire/aspx/Tenders/Current

Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/hampshire/aspx/Tenders/Current

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

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:
Pharmacy based Drug Treatment Service
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

NUTS code UKJ33

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)
Working as an integral partner within our recovery orientated integrated treatment system, the Provider will deliver the following interventions via community pharmacy sites throughout Hampshire:
Needle Exchange
Harm minimisation advice
Health checks
BBV-testing including kits
Sign-posting
Supervised consumption
II.1.6)Common procurement vocabulary (CPV)

85149000, 85323000, 33693300, 33141310, 33696200

II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Starting 1st April 2014, the contract will be for 36 months with option to extend for a further 12 months. The annual value of the contract will be inclusive of all set-up and capital costs.
(The contract value excludes the costs of needle exchange supplies and associated clinical waste management services. The provision of these items is commissioned under a separate contract.)
Estimated value excluding VAT: 690 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Should the risk score for your organisation indicate that either a Parent Company Guarantee or Performance Bond is required, evidence of the assurance will be requested prior to contract award. If your organisation is unable to provide the evidence at that point, the Council will be unable to proceed with the contract award.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Council recognises the opportunity for organisations/businesses to form consortia for the purposes of tendering.
The Council may require further evidence regarding the structure and operation of your proposed consortium arrangements. This may include but not necessarily be limited to joint working agreements, memorandum of understanding, and governance arrangements. Failure to provide this evidence may lead to your submission being excluded.
In the case of a consortium which is intended to be jointly and severally liable (e.g. a new legal entity) the Council will consider evidence/information from each of the relevant consortium members relating to all questions in this PQQ.
In the case of all other forms of consortia which are not jointly and severally liable, the Council may consider evidence/information from each of the relevant consortium members relating to all questions in this PQQ with the exception of Financial Standing. In this instance, the only financial information which will be assessed will be that relating to the organisation/business which directly contracts with the Council (i.e. the lead organisation). The Council may also require a further guarantee such as a parent company guarantee or commitment to obtain a performance bond from that lead organisation. In some instances a collateral warranty may be requested from all or some consortium members.
It is recognised that arrangements in relation to consortia may be subject to future change. Your response should reflect the arrangements as they are currently envisaged. You must immediately notify the Council of any proposed changes to your consortium membership or structure. The Council will review and consider the changes and will assess what impact this has on your submission (i.e. PQQ or tender). Please note that the Council reserves the right to exclude your PQQ/tender submission at any stage during a tender process based on these changes.
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: The Tenderers' organisation must not have had their registration suspended or withdrawn by the Royal College of Pharmacy. If answered "Yes" to Question regarding this then detailed description of investigation , when this took place, what actions were taken to resolve and date identified as resolved/completed will be required.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Financial questions provide the Council with background information on the financial stability of your organisation. The more options you are able to tick the better able the Council will be to assess your financial standing.
The Council requires its suppliers to be able to tick at least one of the options in question 20. If you are unable to tick at least one option, this will result in a Fail.
If your organisation does not have two years worth of financial information available (i.e. has been trading less than two years), the requirements in Question 20 allows for alternative means of demonstrating your financial situation. We may approach you for further financial information if necessary.
If your organisation qualifies as an SME and produces and submits abbreviated statutory accounts, we require copies of your detailed Profit & Loss Account for the last two years or, if you have been trading for less than two years, the period for which they are available. Please attach these to your completed PQQ submission. Failure to do so may result in the Council being unable to evaluate the financial standing of your organisation which may lead to your submission being excluded.
Annual Contract Value v Turnover
Business Risk Score
To support this assessment the Council will obtain a financial appraisal report from N2Check. The report provides the Council with an overall Risk Score which will be used to assess the applicant's financial standing. If this information is not available from N2Check, a risk score will be calculated as per the model detailed in section 4.2.10 of the PQQ.
Where a risk score from N2Check is not available, then an alternative method of assessing financial standing will be used. The table on page 8 of the PQQ Guidance Notes details the evaluation process that will apply.
Minimum level(s) of standards possibly required: Where you do not currently hold the required levels of insurance, it is important you check with your insurance company that your organisation is able to obtain the levels of insurance required. Written evidence from your insurance company that it will provide insurance(s) to the required levels will need to be provided as part of your PQQ submission.
An answer of "No” to questions 24 and 25 regarding insurance cover will result in a Fail. An answer of ‘No' to question 24 but a ‘Yes' to question 25 will result in a ‘Pass' subject to the provision of the required written evidence from your insurance company, which must be submitted with your completed PQQ. If you are unable to provide this evidence, this will result in a ‘Fail.'
The Council will not award a contract to an organisation that does not hold and/or cannot provide evidence that its is able to obtain the insurance at levels stated in this pre-qualification questionnaire.
Levels set for this tender are as follow:
Professional Indemnity (for the life of the contract plus 6 years) £5 million
Employer's Liability £10 million
Public Liability £10 million
Product Liability £10 million
III.2.3)Technical capacity
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
Restricted
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 in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
ASD00021
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
31.7.2013 - 17:00
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
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
27.6.2013

Other interesting websites