Substance Misuse Housing Support Anglesey
The Isle of Anglesey and Gwynedd Supporting People Planning Groups are seeking bids from organisations for the provision of a jointly commissioned housing related support service for people with substance misuse needs.
United Kingdom-Llangefni: Housing services
2015/S 047-081519
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Isle of Anglesey County Council
Council Offices, Anglesey
Contact point(s): Community
For the attention of: Arwel Jones
LL77 7TW Llangefni
UNITED KINGDOM
Telephone: +44 12487502064
E-mail: rajss@anglesey.gov.uk
Fax: +44 1248752705
Internet address(es):
General address of the contracting authority: www.anglesey.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0369
Electronic access to information: www.sell2wales.gov.uk
Electronic submission of tenders and requests to participate: www.sell2wales.gov.uk
Further information can be obtained from: Isle of Anglesey County Council
Council Offices, Anglesey
Contact point(s): Community
For the attention of: Arwel Jones
LL77 7TW Llangefni
UNITED KINGDOM
Telephone: +44 1248750057
E-mail: rajss@anglesey.gov.uk
Fax: +44 1248752705
Internet address: www.anglesey.gov.uk
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: Isle of Anglesey County Council
Council Offices
Contact point(s): Legal
For the attention of: Head of Function (Council Business)/Monitoring Officer
LL77 7TW Llangefni
UNITED KINGDOM
Internet address: www.anglesey.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Cyngor Gwynedd
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 27: Other services
Main site or location of works, place of delivery or of performance: Anglesey and Gwynedd.
NUTS code UKL11
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 service will be for 8 units of accommodation based support, 4 in Anglesey and 4 in Gwynedd, as well as a minimum of 43 units of floating support, with 33 units in Anglesey and 10 in Gwynedd at any one time, as outlined in the Service Specification.
Note: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site athttp://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=23648
II.1.6)Common procurement vocabulary (CPV)
70333000, 85000000
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 1 200 000 and 1 380 000 GBP
II.2.2)Information about options
Description of these options: Subject to performance and compliance, there is an option to extend the 3 year contract for a further 3 years.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 01
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 36 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
As stated in the tender documentation.
III.2.2)Economic and financial ability
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
As stated in the tender documentation.
Minimum level(s) of standards possibly required: As stated in the tender documentation.
III.2.3)Technical capacity
As stated in the tender documentation.
Minimum level(s) of standards possibly required:
As stated in the tender documentation.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Quality. Weighting 75
2. Price. Weighting 25
IV.2.2)Information about electronic auction
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
Other: Welsh.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.3)Additional information
(WA Ref: 23648).
VI.5)Date of dispatch of this notice: