The Adult Substance Misuse Treatment Service.
Contract notice
Services
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Richmond upon Thames
Procurement, Civic Centre, 44 York St
For the attention of: Claire Sloan
TW1 3BZ Twickenham
UNITED KINGDOM
Telephone: +44 2088917511
E-mail:
Internet address(es):
General address of the contracting authority: www.richmond.gov.uk
Address of the buyer profile: www.londontenders.org
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:
The Adult Substance Misuse 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
Main site or location of works, place of delivery or of performance: The London Borough of Richmond upon Thames.
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: The London Borough of Richmond upon Thames.
NUTS code UKI23
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 London Borough of Richmond is re-commissioning its Adult Substance Misuse Treatment Service. The aim of this is to introduce an integrated drug and alcohol, recovery focussed and outcomes based service as defined in the National Drugs Strategy.
The Council would like to invite suitably qualified and experienced providers to bid for this service for adults who are over the age of 18 years and are resident in Richmond Borough as a Consortium or lead provider with sub-contracting arrangements.
The contract will cover Tiers 1-3 of Substance Misuse Treatment as defined in Models of Care and Models of Care for Alcohol Misuse (updated with Building Recovery in the Community). Providers will be expected to provide all elements of the service modalities as one service.
The contract will be for an initial period of 2 years commencing in October 2014 with an option of a further 2 years, in 12-month periods, at the sole discretion of the Council. The total contract value is 1 300 000 GBP per annum but no guarantee of this value is given or should be implied.
The Council would like to invite suitably qualified and experienced providers to bid for this service for adults who are over the age of 18 years and are resident in Richmond Borough as a Consortium or lead provider with sub-contracting arrangements.
The contract will cover Tiers 1-3 of Substance Misuse Treatment as defined in Models of Care and Models of Care for Alcohol Misuse (updated with Building Recovery in the Community). Providers will be expected to provide all elements of the service modalities as one service.
The contract will be for an initial period of 2 years commencing in October 2014 with an option of a further 2 years, in 12-month periods, at the sole discretion of the Council. The total contract value is 1 300 000 GBP per annum but no guarantee of this value is given or should be implied.
II.1.6)Common procurement vocabulary (CPV)
85100000, 33693300, 85312300, 85312400, 85312500
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
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:
Estimated value excluding VAT:
Range: between 2 600 000 and 5 200 000 GBP
Range: between 2 600 000 and 5 200 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The contract will be for an initial period of 2 years commencing in October 2014 with an option of a further two years, in 12-month periods, at the sole discretion of the Council.
Description of these options: The contract will be for an initial period of 2 years commencing in October 2014 with an option of a further two years, in 12-month periods, at the sole discretion of the Council.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
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:
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
III.2.2)Economic and financial ability
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
Envisaged minimum number 5: and maximum number 6
Objective criteria for choosing the limited number of candidates: The Council reserves the right to short list more than 5 applicants where scores are sufficiently close.
Objective criteria for choosing the limited number of candidates: The Council reserves the right to short list more than 5 applicants where scores are sufficiently close.
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:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2013/S 209-362380 of 26.10.2013
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
17.1.2014 - 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
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:
5.12.2013