Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cheshire West and Chester Borough Council
58 Nicholas Street
Chester
CH1 2NP
UK
Contact person: Kevin Cliffe
Telephone: +44 1244976154
E-mail: kevin.cliffe@cheshirewest.gov.uk
NUTS: UKD6
Internet address(es)
Main address: http://www.cheshirewestandchester.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://www.the-chest.org.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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
Substance Misuse Services
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
A wide range of Substance Misuse and related services for Cheshire West and Chester Borough Council.
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
A wide range of substance misuse and related services for Cheshire West and Chester Borough Council.
The procurement process being undertaken is based upon the “restricted” tendering procedure as defined by the Public Contracts Regulations 2015. This procurement process falls under the Light Touch Regime as defined by the Public Contracts Regulations 2015, Regulation 74-77.
The Authority is operating this procurement under the Light Touch Regime for Social and Other Specific Services, as set out in the PCR 2015, at Section 7 (Regulations 74 to 77) and Schedule 3.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
The contract period will be for 5 years with the option to extend for up to a further 2 years, in 1 year increments.
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted 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:
28/03/2018
Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Dependent on extension options taken.
VI.4) Procedures for review
VI.4.1) Review body
The Royal Courts of Justice
The Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
23/02/2018