Substance Misuse Service Contract – Surrey
The council is seeking to commission a young people substance misuse service contract in Surrey.
United Kingdom-Kingston upon Thames: Health services
2018/S 151-347112
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
County Hall, Penrhyn Road
Kingston upon Thames
KT1 2DN
United Kingdom
Contact person: Joanna Madejczyk
E-mail: Joanna.madejczyk@surreycc.gov.uk
NUTS code: UKJ2
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
SCC JM Young People Substance Misuse service
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Council is seeking to commission a Young People substance misuse service contract in Surrey. The provider is expected to deliver a seamless and integrated substance misuse treatment programme for young people age 11-24 living in Surrey through a variety of flexible interventions provided individually or in groups, interventions to be provided include, but are not limited to, structured psychosocial and pharmacological interventions. The duration of the contract is for total of 6 years made up of initial 3 year term with further 3 years of extension available at the Council discretion. This procurement will be conducted under the Light Touch Regime (‘LTR’) and subject to limited regulation in accordance with Regs 74 to 76 PCR 2015. The Council has designed a LTR process to incorporate features of the Open Procedure.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Council is seeking to commission a Young People substance misuse service contract in Surrey. The provider is expected to deliver a seamless and integrated substance misuse treatment programme for young people age 11-24 living in Surrey through a variety of flexible interventions provided individually or in groups, interventions to be provided include, but are not limited to, structured psychosocial and pharmacological interventions.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
Kingston
United Kingdom
VI.4.3)Review procedure
VI.5)Date of dispatch of this notice: