Provide Community Drug Treatment Services London
The aim of the drug treatment services is to continue reducing the dependency on substances, provide better access to treatment and recovery services.
United Kingdom-London: Health and social work services
2015/S 108-196656
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Camden
5 Pancras Square
For the attention of: Steve Cook
N1C 4AG London
UNITED KINGDOM
Telephone: +44 2079744444
E-mail: steve.cook@camden.gov.uk
Internet address(es):
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/28
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12241&B=LBCAMDEN
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12241&B=LBCAMDEN
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
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: London.
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The re-commissioning of these services gives the opportunity to streamline existing service provision to ensure that investment is matched with population need and allows increasing numbers to access treatment and achieve recovery outcomes. The re-commissioning will also enable the Council to deliver savings in line with the Public Health transformation programme.
II.1.6)Common procurement vocabulary (CPV)
85000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Please see tender documents in EU Supply (www.eu-supply.com).
Estimated value excluding VAT: 4 482 144 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Information about lots
Lot No: 1Lot title: Community drug treatment services
1)Short description
2)Common procurement vocabulary (CPV)
85000000
3)Quantity or scope
Range: between 3 500 000 and 13 217 190 GBP
5)Additional information about lots
Lot No: 2Lot title: Specialist drug treatment service
1)Short description
2)Common procurement vocabulary (CPV)
85000000
3)Quantity or scope
Range: between 4 400 000 and 14 210 000 GBP
5)Additional information about lots
Lot No: 3Lot title: Recovery Services
1)Short description
2)Common procurement vocabulary (CPV)
85000000
3)Quantity or scope
Range: between 1 200 000 and 3 947 818 GBP
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
Please refer to guidance, instructions and documents in tender documents on EU Supply (www.eu-supply.com).
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please refer to guidance, instructions and documents in tender documents on EU Supply (www.eu-supply.com).
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please refer to guidance, instructions and documents in tender documents on EU Supply (www.eu-supply.com).
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Please refer to guidance, instructions and documents in tender documents on EU Supply (www.eu-supply.com).
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: Please refer to guidance, instructions and documents in tender documents on EU Supply (www.eu-supply.com).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please refer to guidance, instructions and documents in tender documents on EU Supply (www.eu-supply.com).
Minimum level(s) of standards possibly required: Please refer to guidance and instructions in tender documents on EU Supply (www.eu-supply.com).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to guidance, instructions and documents in tender documents on EU Supply (www.eu-supply.com).
Minimum level(s) of standards possibly required:
Please refer to guidance and instructions in tender documents on EU Supply (www.eu-supply.com).
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Please refer to guidance and instructions in tender documents on EU Supply (www.eu-supply.com).
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
E-mail: info@cedr.com
Telephone: +44 2075366000
Internet address: http://www.cedr.com
VI.5)Date of dispatch of this notice: