Section one: Contracting authority
one.1) Name and addresses
Gloucestershire County Council
Shire Hall
Gloucester
GL1 2TH
Contact
Strategic Procurement
commercialservicescentralmailbox@gloucestershire.gov.uk
Telephone
+44 1452426238
Country
United Kingdom
NUTS code
UKK13 - Gloucestershire
Internet address(es)
Main address
https://www.gloucestershire.gov.uk
Buyer's address
https://www.gloucestershire.gov.uk
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://procontract.due-north.com/Advert/Index?advertId=70369dea-5050-ed11-811a-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=70369dea-5050-ed11-811a-005056b64545
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Gloucestershire Community Drug & Alcohol Recovery Service
Reference number
DN594565
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The Council requires a Provider to deliver a balanced drug and alcohol treatment and recovery system which will comprise the full menu of Service components described within the service specification found in the ITT.
The Provider will be given the freedom to take a risk managed approach to manage demand for the Services and to configure the Services to maximise uptake within the Contract envelope. The Provider must ensure that the Service is sufficiently flexible to balance harm reduction and treatment approaches to effectively meet the needs of older more complex individuals requiring a wider range of health and social support needs, alongside the needs of younger less entrenched drug and/or alcohol users. In promoting sustainable recovery, the Provider is expected to develop and promote active use and building of community assets, including recovery communities, support groups and Lived Experience Recovery Organisations (LEROs).
We expect potential contractors to meet a number of minimum standards, detailed in the ITT. We advise all interested contractors to read the entire ITT and all documents referenced or linked to within the ITT carefully, to inform themselves about the opportunity and whether they would be interested in submitting a response. Deadline for submitting a tender response: 3rd July 2023 10am.
Please login to Procontract via www.supplyingthesouthwest.org.uk and register your interest in the opportunity. You will then be issued a confidentiality agreement which needs to be completed and sent via ProContract, in order to access the ITT documents. All questions related to this contract should be sent using the discussions function which will be available once you have logged in
and registered your interest.
two.1.5) Estimated total value
Value excluding VAT: £58,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK13 - Gloucestershire
two.2.4) Description of the procurement
The Council requires a Provider to deliver a balanced drug and alcohol treatment and recovery system which will comprise the full menu of Service components described within the service specification found in the ITT.
The Provider will be given the freedom to take a risk managed approach to manage demand for the Services and to configure the Services to maximise uptake within the Contract envelope. The Provider must ensure that the Service is sufficiently flexible to balance harm reduction and treatment approaches to effectively meet the needs of older more complex individuals requiring a wider range of health and social support needs, alongside the needs of younger less entrenched drug and/or alcohol users. In promoting sustainable recovery, the Provider is expected to develop and promote active use and building of community assets, including recovery communities, support groups and Lived Experience Recovery Organisations (LEROs).
This contract is for an initial 5 year term with 2 optional 2 year extensions.
For the avoidance of doubt the estimated contract budget of £58m published in the ITT is for the maximum term of 9 years.
Bidders are requested to read all ITT documents carefully prior to completion and submission.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This contract is for an initial 5 year term with 2 optional 2 year extensions.
For the avoidance of doubt the estimated contract budget of £58m published in the ITT is for the maximum term of 9 years.
Bidders are requested to read all ITT documents carefully prior to completion and submission.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
3 July 2023
Local time
10:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
3 July 2023
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Gloucestershire County Council
Gloucester
Country
United Kingdom