Health Improvement Community Campaigns Programme London
The Royal Borough of Greenwich is tendering a contract to provide a Health Improvement Community Outreach Service to tackle health inequalities using high profile large scale campaigns.
United Kingdom-London: Health and social work services
2015/S 081-143963
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Royal Borough of Greenwich
3rd Floor, Woolwich Centre, 35 Wellington Street, Woolwich
For the attention of: Peter Norman
SE18 6HQ London
UNITED KINGDOM
Telephone: +44 2089215605
E-mail: procurement@royalgreenwich.gov.uk
Internet address(es):
General address of the contracting authority: www.royalgreenwich.gov.uk
Electronic access to information: http://http://www.royalgreenwich.gov.uk/tenders
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
I.3)Main activity
Environment
Health
Housing and community amenities
Social protection
Recreation, culture and religion
Education
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 25: Health and social services
NUTS code UKI21
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The outreach programme will have a particular emphasis on smoking including the provision of smoking cessation support and the prevention of tobacco uptake by young people.
Applications
Applications are encouraged from voluntary, community and social enterprise (VCSE) organisations, including Community Interest Companies and charities.
Applications will be evaluated on their ability to meet the objectives outlined in the specification documents, so applicants must clearly demonstrate how their proposals will deliver these targets.
II.1.6)Common procurement vocabulary (CPV)
85000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Contract Value — 1 550 000 GBP – 1 782 500 GBP
Estimated value excluding VAT:
Range: between 1 550 000 and 1 782 500 GBP
II.2.2)Information about options
Description of these options: Option to extend the initial contract period by a further 2 years.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: Further information can be found in the tender documentation.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Further information can be found in the tender documentation.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Additional information about authorised persons and opening procedure: Duly authorised Council Officers.
Section VI: Complementary information
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
High Court of England and Wales, Royal courts of Justice
Strand
WC1A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Internet address: http://www.justice.gov.uk
Body responsible for mediation procedures
High Court of England and Wales, Royal courts of Justice
Strand
WC1A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Internet address: http://www.justice.gov.uk
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
E-mail: publiccorrespondence@cabinetoffice. gsi.gov.uk
Telephone: +44 2072763000
Internet address: http://www.gov.uk/government/organisations/cabinet-office
VI.5)Date of dispatch of this notice: