Social and other specific services – public contracts
Prior information notice - This notice is a call for competition
Section I: Contracting
authority
I.1) Name and addresses
Cheshire East Borough Council
Westfields, Middlewich Road
Sandbach
CW11 1HZ
UK
Contact person: Mrs Susan Shaw
Telephone: +44 1270686620
E-mail: susan.shaw2@cheshireeast.gov.uk
NUTS: UKD6
Internet address(es)
Main address: http://www.cheshireeast.gov.uk/
Address of the buyer profile: http://www.cheshireeast.gov.uk/
I.3) Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://www.the-chest.org.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Cheshire East Substance Misuse Service
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Bids from a lead provider, are invited for the provision of a re-designed all age, integrated substance misuse service. Bids should offer a whole-system, whole family approach, to the delivery of the drug and alcohol service in line with the Cheshire East Council’s vision. This includes a “Recovery” oriented service.
Tender documents will be available from 15.3.2018. Organisations wishing to apply for the tender documents must have registered their interest no later than 9.4.2018. In return organisations will be sent descriptive document and SQ/ITT documents which must be completed and returned no later than 23.4.2018 – the indicative proposed timetable for the rest of the tender process is included in the SQ. Applicants will be required to supply to the authority evidence showing their economic and financial standing, technical ability including satisfactory policies and documentation for equality & diversity, environment impact and heath and safety.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKD6
II.2.4) Description of the procurement
The lead provider should be able to demonstrate a successful commitment to consortia /partnership working, effective community /network development and placing the people who use the service at the heart. The ability to deliver on the Council’s defined recovery outcomes is essential as well as to provide a whole family approach, focused on appropriate interventions, especially in the context of safeguarding.
The lead provider will be expected to develop and manage a supply chain that meets the needs of the population of the Borough; this should include the utilisation of small third sector organisations which have a proven ability to engage with diverse communities as well as actively supporting the development of a network of mutual aid and social enterprises.
The service provider(s) must demonstrate cultural competence and ensure that services are available to all communities and that an equality of outcome should be provided.
II.2.6) Estimated value
Value excluding VAT:
16 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.11) Main features of the award procedure:
See ITT documents for details.
IV.2) Administrative information
IV.2.2) Time limit for receipt of expressions of interest
Date:
23/04/2018
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.5) Date of dispatch of this notice
15/02/2018