UK-Portsmouth: health and social work services
Adult Mental Health Recovery Services Portsmouth. The provision of a range of flexible high quality recovery services for adults with a diagnosed mental illness who are residents within Portsmouth.
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Portsmouth City Council
Procurement Service, Floor 5 Core 1, Civic Office, Guildhall Square
For the attention of: ASC Contracts Team
PO1 2BJ Portsmouth
UNITED KINGDOM
Telephone: +44 2392838341
E-mail: scaccontracts@portsmouthcc.gov.uk
Fax: +44 2392834996
Internet address(es):
General address of the contracting authority: http://www.portsmouth.gov.uk/procurement/index.html
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
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:
Adult mental health recovery services – Portsmouth.
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
NUTS code UKJ31
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 provision of a range of flexible high quality recovery services for adults with a diagnosed mental illness who are residents within Portsmouth. The contract should deliver a range of recovery based care that includes recreational, sports and drop-in services. The would look to commission flexible outcome focused services, determined by Service User need and coordinated through one provider with a range of activities delivered as either regular or one-off provision.
II.1.6)Common procurement vocabulary (CPV)
85000000, 85300000, 85312500, 85312400, 85312510
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
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:
The provision of a range of flexible high quality recovery services for adults with a diagnosed mental illness who are residents within Portsmouth. The service will be coordinated through one provider with a range of activities delivered as either regular or one-off events.
Estimated value excluding VAT:
Range: between 500 000,00 and 600 000,00 GBP
II.2.2)Information about options
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:
As specified in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As specified in tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As specified in tender documents.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As specified in pre-qualification questionnaire and process overview document which can be accessed at the following link https://in-tendhost.co.uk/portsmouthcc/.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As specified in pre-qualification questionnaire and process overview document which can be accessed at the following link https://in-tendhost.co.uk/portsmouthcc/.
Minimum level(s) of standards possibly required: As specified in pre-qualification questionnaire and process overview document which can be accessed at the following link https://in-tendhost.co.uk/portsmouthcc/.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As specified in pre-qualification questionnaire and process overview document which can be accessed at the following link
https://in-tendhost.co.uk/portsmouthcc/.
Minimum level(s) of standards possibly required:
As specified in pre-qualification questionnaire and process overview document which can be accessed at the following link https://in-tendhost.co.uk/portsmouthcc/.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
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 8
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
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
SCA/121DSPR/11032/T
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 16.12.2011 – 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
16.12.2011 – 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
9.1.2012
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 tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The services under this contract are Part B services for the purpose of the Public Contracts Regulations 2006. The Contracting Authority has chosen to advertise this contract OJEU voluntarily, in accordance with the spirit of the EU public procurement regime and to conduct the process in an open and fair manner so as to increase competition.
The submission of this notice and any subsequent advertisement of the contract is not an indication that the Contracting Authority considers itself bound by the provision in the regulations that are applicable to Part A.
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:5.12.2011