CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 176-316767/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Surrey County Council
County Hall, Penrhyn Road
Kingston upon Thames
Postal code: KT1 2DN
United Kingdom
Contact points(s): UKJ2
For the attention of: Procurement Sourcing Team
Phone: +44 2085419000
Email: procurement.sourcing@surreycc.gov.uk
Internet Address(es):
General address of the contracting authority:
Address of the buyer profile:
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:
Regional or local authority
I.3) Main activity: Defence,Public order and saftey,Environment,Economic and financial affairs,Health,Housing and community amenities,Social protection,Recreation culture and religion,Education
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
North West Surrey CCG, Guildford and Waverley CCG, Surrey Heath CCG, East Surrey CCG, Surrey Downs CCG

Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
SCC PT Advocacy Services in Surrey.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 25: Health and social services
Nuts code: UKJ2
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves a public contract
II.1.4) Information on framework agreement:
II.1.5) Short description of the specific contract:
Please Note that is not a Current Tender Opportunity — This is an Early Notification
This forthcoming opportunity is for the provision of Advocacy Services in Surrey. At this time we are unable to offer any further information however if you wish to be considered for this tender when it is available and / or be provided further information when it is available please log into the portal and express an interest and this will register you against this opportunity.
We will update this opportunity with further information as and when available.
*******************************************************
This is a notice for social and specific services in accordance with Directive 2014/24/EU of the European Parliament and of the Council Article 74.
*******************************************************
Advocacy services help people — particularly those who are most vulnerable in society — to:
— Access information and services;
— Be involved in decisions about their lives;
— Explore choices and options;
— Defend and promote their rights and responsibilities;
— Speak out about issues that matter to them.
Advocates and advocacy schemes work in partnership with the people they support and take their side. Advocacy promotes social inclusion, equality and social justice.
Surrey County Council has a statutory duty to provide advocacy to a specific cohort of people. In addition to this statutory duty, SCC has also provided a broad range of discretionary advocacy services in line with their preventative agenda.
II.1.6) Common procurement vocabulary (CPV): 85000000, 85140000, 85100000, 85323000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
Estimated value excluding VAT:
Range: between 1 500 000 and 2 000 000 GBP
II.2.2) Information about options:
Options:no
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion:
Duration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
The contracting authority reserves the right to request a collateral warranty, deposits, guarantees or other forms of security.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Further detail on the relevant aspects of the financing and payment approach will be provided in the Invitation to Tender documents.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Any such requirements will be included in the invitation to tender.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Social Value
‘The Public Services (Social Value) Act 2012 requires the contracting authority to consider:
(a) How what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and
(b) How, in conducting the process of procurement, it might act with a view to securing that improvement.
Accordingly, this tender will take into account the social value priorities of Surrey County Council relating to the economic, social and environmental well-being of the local area. Delivering social value is about delivering added value. It is not about “business as usual”. It is about deploying economic capacity effectively to secure a significant incremental contribution to society in general and to local communities in particular. For the Council it is a fundamental part of assessing value for money and determining the most economically advantageous tender therefore the Council will be actively seeking partners who share this commitment to social value and who are willing to work pro-actively to deliver social value within the local area.
Proposals received in response to this notice will therefore in part be evaluated on the basis of the tenderer’s approach to delivering social value. Tenderers will be required to submit their social value proposal via the Social Value Portal and detailed guidance will be included in the ITT. Social value priorities are outlined on the portal and tenderers will be required to select and commit to social value measures that are relevant and proportional to their offer and within their capacity and capability to deliver. These measures will be evaluated using the financial proxies on the Portal.
Proposals made at the tendering stage will form a contractual commitment and be monitored using key performance indicators during the contract term.
III.2) Conditions for participation:
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: Information and formalities necessary for evaluating if the requirements are met: Any such requirements will be included in the invitation to tender.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: Any such requirements will be included in the invitation to tender.
Minimum level(s) of standards possibly required: Any such requirements will be included in the invitation to tender.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Any such requirements will be included in the invitation to tender.
Minimum level(s) of standards possibly required: Any such requirements will be included in the invitation to tender.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
Execution of the service is reserved to a particular profession: no

III.3.2) Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: NO
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
An electronic auction will be used: yes
Additional information about electronic auction: Surrey County Council reserves the right to use an electronic auction.
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
SCC – 009743
IV.3.2) Previous publication(s) concerning the same contract:
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
20.10.2016
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
In days: 90 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening of tenders:

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: No
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
Surrey County Council
County Hall, Penrhyn Road
Kingston upon Thames
Postal code: KT1 2DN
United Kingdom
VI.5) Date of dispatch of this notice:
08.09.2016

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking