UK-Southend-on-Sea: Health and social work services.

UK-Southend-on-Sea: Health and social work services.

Preliminary Questions
This notice is published by:
Directive 2014/24/EU

Section I: Contracting authority/entity

I.1) Name and addresses
Southend-on-Sea Borough Council
Civic Centre, Victoria Avenue, Southend-on-Sea, SS2 6ER, United Kingdom
Tel. +44 1702215000, Fax. +44 1702215110, Email: procurement@southend.gov.uk
Contact: Corporate Procurement
Main Address: www.southend.gov.uk
NUTS Code: UKH31

I.4) Type of the contracting authority (in the case of a notice published by a contracting authority)
Regional or local authority

I.5) Main Activity (in the case of a notice published by a contracting authority)
General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title: Southend Treatment and Recovery Service.
Reference number: Not Provided

II.1.2) Main CPV code:
85000000 - Health and social work services.

II.1.3) Type of contract: SERVICES

II.1.4) Short Description: Southend-on-Sea Borough Council are publishing this VEAT Notice to inform the market that we intend to award a contract to cgl following unsuitable tenders received in response to an open procedure.

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 5,145,833
Currency: GBP


II.2) Description

II.2.2) Additional CPV codes:
Not provided

II.2.3) Place of performance:
UKH31 Southend-on-Sea


II.2.4) Description of the procurement:
In June 2017 a notice was published to run an open tender under reference 2017/S 110-221851 for Drug and Alcohol Early Intervention, Treatment and Recovery System in Southend-on-Sea. The contract was split out into 5 different lots and following extensive evaluation and clarification processes from the tenders that were received, and due to the interdependency between the service elements, the Council was not able to award any contracts for lots 1-4 in isolation, but are intending to award lot 5. Therefore a negotiated procedure was necessary and undertaken with the incumbent provider to ensure continuous service provision for vulnerable service users.

The services fall under the Light Touch Regime. The justification for the choice of negotiated procedure without prior publication of a call for competition in accordance with regulation 32, is no suitable tenders were received in response to an open procedure.

II.2.5) Award criteria
(Directive 2014/24/EU / Directive 2014/25/EU)

Not provided


II.2.11) Information about options:
Options: No

II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information:
Not provided

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure: Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below

IV.1.3) Information about framework agreement
The procurement involves the establishment of a framework agreement: No

IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No

IV.2)Administrative Information

IV.2.1) Previous publication concerning this procedure:
Notice number in OJ S: Not provided

Section V: Award Of Contract/Concession

Award of Contract/Concession No: 1
Contract No: Not Provided Lot Number: Not Provided Title: Southend Treatment and Recovery Service

V.2) Award of contract/concession

V.2.1) Date of contract award decision: 22/11/2017.

V.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No .

V.2.3) Name and address of the contractor/concessionaire, No. 1:
change, grow, live (cgl)
3rd Floor, Tower Point, 44 North Road, Brighton, BN1 1YR, United Kingdom
NUTS Code: UKJ21
The contractor/concessionaire will be an SME: No


V.2.4) Information on value of the contract/lot/concession:
Initial estimated total value of the contract: Not Provided
Total value of the contract/lot/concession 5,145,833
Currency: GBP

V.2.5) Information about subcontracting:
The contract is likely to be subcontracted: No


Section VI: Complementary Information

VI.3) Additional Information:
To view this notice, please click here:
https://www.paessex.gov.uk/delta/viewNotice.html?noticeId=302510124
GO-2018213-PRO-11901336 TKR-2018213-PRO-11901335
VI.4) Procedures for review

VI.4.1) Review Body
High Court
High Court, Royal Court of Justice, Strand, London, WC2A 2LL, United Kingdom

V1.4.2) Body responsible for mediation procedures:
Not Provided .

VI.4.3) Review procedure
Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 13/02/2018


Annex D1 - General Procurement
Justification for the award of the contract without prior publication of a call for competition in the Official Journal of the European Union
Directive 2014/24/EU


2. Other justification for the award of the contract without prior publication of a call for competition in the Official Journal of the European Union

The procurement falls outside the scope of application of the directive: Yes

3. Explanation

Please explain in a clear and comprehensive manner why the award of the contract without prior publication in the Official Journal of the European Union is
lawful, by stating the relevant facts and, as appropriate, the conclusions of law in accordance with the directive: (500 words maximum)
In June 2017 a notice was published to run an open tender under reference 2017/S 110-221851 for Drug and Alcohol Early Intervention, Treatment and Recovery System in Southend-on-Sea. The contract was split out into 5 different lots and following extensive evaluation and clarification processes from the tenders that were received, and due to the interdependency between the service elements, the Council was not able to award any contracts for lots 1-4 in isolation, but are intending to award lot 5. Therefore a negotiated procedure was necessary and undertaken with the incumbent provider to ensure continuous service provision for vulnerable service users.

The services fall under the Light Touch Regime. The justification for the choice of negotiated procedure without prior publication of a call for competition in accordance with regulation 32, is no suitable tenders were received in response to an open procedure.