Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Slough Borough Council,
Observatory House, 25 Windsor Road
Slough
SL1 2EL
UK
Contact person: Ms Archie Seth
E-mail: archie.seth@slough.gov.uk
NUTS: UK
Internet address(es)
Main address: www.slough.gov.uk
Address of the buyer profile: https://www.sesharedservices.org.uk/esourcing/opportunities
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.sesharedservices.org.uk/esourcing/opportunities
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.sesharedservices.org.uk/esourcing/opportunities
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
All age Substance Misuse Service Drug And Alcohol Service and Rough Sleepers and those at Risk of Rough Sleeping community outreach service
Reference number: SBC 034972
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
LOT 1. A 5 year contract with the option to increase for 2 plus 2 years so 9 years in total. This is for a New, All Age Integrated Substance misuse, treatment and recovery service. The service will support the key priorities contained within the new National 10 Year Drugs strategy and will:Increase numbers and quality of treatment placesStrengthen workforce skillsDecrease drug related deathsDecrease drug related crimeIncrease treatment places for every Borough resident offenderLot 2. A 1 year contract with the option to extend for a further 1 year so 2 Years in total This is for a new, Rough Sleepers and those a Risk of Rough Sleeping community outreach drugs and alcohol services. The aims of the service are to deliver harm reduction, engagement to structured treatment and recovery of substance us for Rough Sleepers and those at Risk of Rough Sleeping.
II.1.5) Estimated total value
Value excluding VAT:
11 783 806.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Suppliers must submit a bid for both Lots 1 and 2 as the contracts will be awarded to a single supplier.Each Lot with be evaluated independently of the other. However, once each Lot has been ranked the scores for both Lot 1 and Lot 2 will be weighted and added as follows:Overall Score = (Lot 1 Score x 80%) + (Lot 2 Score x 20% )
II.2) Description
Lot No: Lot Two
II.2.1) Title
Rough Sleepers Substance Community Outreach Service
II.2.2) Additional CPV code(s)
85000000
85312500
90743200
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
II.2.4) Description of the procurement
The purpose of this part of the service is to:a) Support people to access, and engage in, drug and alcohol treatment that have not yet done so (access and engagement);b) ensure that the engagement that people have had with drug and alcohol treatment services whilst in temporary accommodation is maintained as they move into longer term accommodation (continuity of care); c) Build resilience and capacity in local drug and alcohol treatment systems to continue to meet the needs of this population in future years (resilient and sustainable models of care).
II.2.5) Award criteria
Criteria below:
Quality criterion: ITT Quality Questionnaire
/ Weighting: 50%
Cost criterion: Price Matrix
/ Weighting: 50%
II.2.6) Estimated value
Value excluding VAT:
619 034.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
A 1 year contract with the option to extend for a further 1 year (2 Years in total)
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: Lot One:
II.2.1) Title
Integrated Adults and Young Peoples’ Substance Misuse service:
II.2.2) Additional CPV code(s)
98000000
85000000
90743200
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
II.2.4) Description of the procurement
This will be provided as a Lead Provider model and will include:• An integrated substance misuse service for adults and young people • Clinical Prescribing Service & GP Shared Care• Pharmacy Needle Exchange and Supervised Consumption • Needle Exchange & Waste CollectionThe contract period for Lot 1 will be 5 years plus 2+2. There is the option to extend the initial term by a maximum of 2, 2 year periods (2+2) for an overall contract term of 9 years
II.2.5) Award criteria
Criteria below:
Quality criterion: ITT Quality Questionnaire
/ Weighting: 50%
Cost criterion: Pricing Matrix
/ Weighting: 50%
II.2.6) Estimated value
Value excluding VAT:
11 164 772.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
03/04/2023
End:
02/04/2028
This contract is subject to renewal: Yes
Description of renewals:
The initial contract period for Lot 1 will be 5 years plus 2+2. There is the option to extend the initial term by a maximum of 2, 2 year periods (2+2) for an overall contract term of 9 years in total .
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The Council`s full requirements and details of how to tender for this opportunity are available by clicking the Express Interest button. The deadline for tender submission is Tuesday 20th September 2022 by 12 noonHow to obtain the Tender Documents Interested parties should register their interest in the project via the In-Tend website https://in-tendhost.co.uk/sesharedservices/aspx/Tenders/Curre
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
The Council reserves the right to cancel the procurement process at any point. The Council is not liable for any costs resulting from any cancellation of this procurement process or for any other costs incurred by those participating. The Bidder shall be expected to agree to Terms and Conditions prior to commencement of services. If you are not an existing supplier to the Council, you will be asked to complete a new supplier form prior to being issued a Purchase Order, so that you can be set-up on our database.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/09/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
ES
IV.2.7) Conditions for opening of tenders
Date:
20/09/2022
Local time: 12:00
Place:
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.4) Procedures for review
VI.4.1) Review body
High Court of England
London
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
16/08/2022