Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Swindon Borough Council
Swindon Borough Council, Civic Offices, Euclid Street
Swindon
SN1 2JH
UK
Contact person: Mr Richard Steptoe
Telephone: +44 7966307960
E-mail: RSteptoe@swindon.gov.uk
NUTS: UKK14
Internet address(es)
Main address: http://www.swindon.gov.uk/
Address of the buyer profile: http://www.swindon.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://www.supplyingthesouthwest.org.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://www.supplyingthesouthwest.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
Substance Use Disorder Adult Treatment Service Re-tender
Reference number: DN633730
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
Swindon Borough Council (SBC) wishes to submit to tender the requirements for the provision of a substance use disorder (SUDO) adult treatment service in Swindon. The aims and objectives is to procure services for the provision of an integrated highly accessible adult substance use disorder treatment system, that meets the needs of the residents of Swindon.
The new contract is required to provide a case-management system, with an agreement for commissioners to have viewer/ download access rights. The SUDO contract will commence on 01/04/2023. The initial contract period will be for six years, core base line funding of £10,896,000.00 with the option of two extensions (2+2 years), up to a maximum of ten years contract duration length. The extension value base for the 4 year period is £7,264,000.00. In addition to the core grant funding, there is supplementary grant funding subject to treasury approval, pursuant to the next government spending review 2024. There is also annual funding from Wiltshire and Swindon office of the police and crime commissioner community safety fund grant included in this contract. Companies are now being formally invited to meet these requirements and the purpose of this document is to provide the necessary information to enable Tenderers to submit a response via the ProContract tender portal.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85110000
85141200
85141220
85145000
85147000
85148000
85149000
85312500
85323000
II.2.3) Place of performance
NUTS code:
UKK14
II.2.4) Description of the procurement
The aims and objectives are to procure services for the provision of an integrated highly accessible adult substance use disorder treatment system, that meets the needs of the residents of Swindon. Unlike in the current contract where Swindon retains a collaborative agreement, the local authority will be a signatory/ party to the contract, enabling autonomy of decision-making as well as enforcement of contract terms in its own capacity. Another key difference is that in the new contract, the tenderer will their own industry-standard case-management system, with an agreement for commissioners to have viewer/ download access rights.
The SUDO contract, which is issued under one lot, will commence on 01/04/2023. The initial contract period will be for six years, with the option of two extensions (2+2 years), up to a maximum of ten years. In addition to the core grant funding, there is supplementary grant funding subject to treasury approval, pursuant to the next government spending review 2024. There is also annual funding from Wiltshire and Swindon office of the police and crime commissioner community safety fund grant included in this contract.
The initial contract term will be for 72 months with an option to extend for a further 48 months (2 periods of 24 months) for a potential total contract term of 10 years as stated in the ITT documents. Estimated contract spend is between £10,896,000.00 and £12,889,824.00 across the initial 6-year contract term and between £18,160,000.00 and £21,538,192.00 across the potential total 10-year contract term.
Full details relating to the Services are provided in the tender documents.
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: 120
This contract is subject to renewal: No
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:
Yes
Description of options:
The initial contract term will be for 72 months with an option to extend for a further 48 months (2 periods of 24 months) for a potential total contract term of 10 years.
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.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
III.2.2) Contract performance conditions
In procurement documents
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:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
02/11/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
02/11/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Swindon Borough council
Swindon
UK
Internet address(es)
URL: http://www.swindon.gov.uk/
VI.5) Date of dispatch of this notice
30/09/2022
Information added to the notice since publication.
Additional information added to the notice since it's publication.
No further information has been uploaded.
|
Commodity Categories
Commodity Categories
85141220 | Advisory services provided by nurses | Services provided by medical personnel |
85323000 | Community health services | Social services |
85147000 | Company health services | Miscellaneous health services |
85100000 | Health services | Health and social work services |
85110000 | Hospital and related services | Health services |
85148000 | Medical analysis services | Miscellaneous health services |
85149000 | Pharmacy services | Miscellaneous health services |
85312500 | Rehabilitation services | Social work services without accommodation |
85145000 | Services provided by medical laboratories | Miscellaneous health services |
85141200 | Services provided by nurses | Services provided by medical personnel |
Delivery Locations
Delivery Locations
100 | UK - All |
Alert Region Restrictions
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions
There are no alert restrictions for this notice.
|