Section one: Contracting authority
one.1) Name and addresses
Slough Borough Council,
Observatory House, 25 Windsor Road
Slough
SL1 2EL
Contact
Ms Archie Seth
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.sesharedservices.org.uk/esourcing/opportunities
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.sesharedservices.org.uk/esourcing/opportunities
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.sesharedservices.org.uk/esourcing/opportunities
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
All age Substance Misuse Service Drug And Alcohol Service and Rough Sleepers and those at Risk of Rough Sleeping community outreach service
Reference number
SBC 034972
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
LOT 1. A 5 year contract with the option to increase for 2 plus 2 years so 9 years in total. This is for a New, All Age Integrated Substance misuse, treatment and recovery service. The service will support the key priorities contained within the new National 10 Year Drugs strategy and will:Increase numbers and quality of treatment placesStrengthen workforce skillsDecrease drug related deathsDecrease drug related crimeIncrease treatment places for every Borough resident offenderLot 2. A 1 year contract with the option to extend for a further 1 year so 2 Years in total This is for a new, Rough Sleepers and those a Risk of Rough Sleeping community outreach drugs and alcohol services. The aims of the service are to deliver harm reduction, engagement to structured treatment and recovery of substance us for Rough Sleepers and those at Risk of Rough Sleeping.
two.1.5) Estimated total value
Value excluding VAT: £11,783,806
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Suppliers must submit a bid for both Lots 1 and 2 as the contracts will be awarded to a single supplier.Each Lot with be evaluated independently of the other. However, once each Lot has been ranked the scores for both Lot 1 and Lot 2 will be weighted and added as follows:Overall Score = (Lot 1 Score x 80%) + (Lot 2 Score x 20% )
two.2) Description
two.2.1) Title
Rough Sleepers Substance Community Outreach Service
Lot No
Lot Two
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 85312500 - Rehabilitation services
- 90743200 - Toxic substances rehabilitation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The purpose of this part of the service is to:a) Support people to access, and engage in, drug and alcohol treatment that have not yet done so (access and engagement);b) ensure that the engagement that people have had with drug and alcohol treatment services whilst in temporary accommodation is maintained as they move into longer term accommodation (continuity of care); c) Build resilience and capacity in local drug and alcohol treatment systems to continue to meet the needs of this population in future years (resilient and sustainable models of care).
two.2.5) Award criteria
Quality criterion - Name: ITT Quality Questionnaire / Weighting: 50%
Cost criterion - Name: Price Matrix / Weighting: 50%
two.2.6) Estimated value
Value excluding VAT: £619,034
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
A 1 year contract with the option to extend for a further 1 year (2 Years in total)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Integrated Adults and Young Peoples’ Substance Misuse service:
Lot No
Lot One:
two.2.2) Additional CPV code(s)
- 98000000 - Other community, social and personal services
- 85000000 - Health and social work services
- 90743200 - Toxic substances rehabilitation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This will be provided as a Lead Provider model and will include:• An integrated substance misuse service for adults and young people • Clinical Prescribing Service & GP Shared Care• Pharmacy Needle Exchange and Supervised Consumption • Needle Exchange & Waste CollectionThe contract period for Lot 1 will be 5 years plus 2+2. There is the option to extend the initial term by a maximum of 2, 2 year periods (2+2) for an overall contract term of 9 years
two.2.5) Award criteria
Quality criterion - Name: ITT Quality Questionnaire / Weighting: 50%
Cost criterion - Name: Pricing Matrix / Weighting: 50%
two.2.6) Estimated value
Value excluding VAT: £11,164,772
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 April 2023
End date
2 April 2028
This contract is subject to renewal
Yes
Description of renewals
The initial contract period for Lot 1 will be 5 years plus 2+2. There is the option to extend the initial term by a maximum of 2, 2 year periods (2+2) for an overall contract term of 9 years in total .
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The Council`s full requirements and details of how to tender for this opportunity are available by clicking the Express Interest button. The deadline for tender submission is Tuesday 20th September 2022 by 12 noonHow to obtain the Tender Documents Interested parties should register their interest in the project via the In-Tend website https://in-tendhost.co.uk/sesharedservices/aspx/Tenders/Curre
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
The Council reserves the right to cancel the procurement process at any point. The Council is not liable for any costs resulting from any cancellation of this procurement process or for any other costs incurred by those participating. The Bidder shall be expected to agree to Terms and Conditions prior to commencement of services. If you are not an existing supplier to the Council, you will be asked to complete a new supplier form prior to being issued a Purchase Order, so that you can be set-up on our database.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 September 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
Spanish
four.2.7) Conditions for opening of tenders
Date
20 September 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
High Court of England
London
Country
United Kingdom