Healthy Lifestyle Service for Hull City Council
We are seeking experienced providers who are able to work in an integrated way.
United Kingdom-Hull: Health services
2015/S 085-152797
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Hull City Council
Room 94, The Guildhall, Alfred Gelder Street
For the attention of: Mr Dave Sullivan
HU1 2AA Hull
UNITED KINGDOM
Telephone: +44 1482616291
E-mail: dave.sullivan@hullcc.gov.uk
Fax: +44 1482613310
Internet address(es):
General address of the contracting authority: http://www.hullcc.gov.uk
Address of the buyer profile: http://www.hullcc.gov.uk
Electronic access to information: https://www.yortender.co.uk
Electronic submission of tenders and requests to participate: https://www.yortender.co.uk
Further information can be obtained from: Hull City Council
Room 94, The Guildhall, Alfred Gelder Street
For the attention of: Mr Dave Sullivan
HU1 2AA Hull
UNITED KINGDOM
Telephone: +44 1482616291
E-mail: dave.sullivan@hullcc.gov.uk
Fax: +44 1482613310
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Hull City Council
Hull City Council. Guildhall. Alfred Gelder Street
Contact point(s): Procurement
For the attention of: David Sullivan
HU2 9DB Hull
UNITED KINGDOM
Telephone: +44 1482616291
E-mail: dave.sullivan@hullcc.gov.uk
Fax: +44 1482613310
Tenders or requests to participate must be sent to: YORtender/Procontract
Yortender
https://www.yortender.co.uk
Contact point(s): YORtender/Procontract
For the attention of: Yortender
UNITED KINGDOM
Telephone: +44 8445434579
E-mail: nfo@due-north.com
Fax: +44 1670713594
I.2)Type of the contracting authority
I.3)Main activity
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 UKE11
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)
This service will contribute to the delivery of Hull’s City Plan, specifically the Prevention and Early Intervention priority which aims to provide people most in need with the right support, when they most need it. It also supports the delivery of Hull’s Health and Well Being Board and Early Help Strategies.
The investment will be an integral part of the City’s strategy to support Hull’s residents (young and old) to lead a healthy lifestyle and will form part of Hull City Council’s Early Help and Interventions Framework (see www.hullcc.gov.uk).
The service will work across the life course and aim to engage families and individuals at the earliest possible opportunity to improve the health of the population.
The anticipated service commencement date is 1.10.2015
The Service has been divided into the following work packages (Lots):
Lot 1. Tier 2 Health Trainers Service.
Lot 2. Tier 2 Family Weight Management Service.
The Health Trainers Service contract value will be a maximum of 300 000 GBP per annum.
The Tier 2 Family Weight Management Service is a new service; the maximum available budget for this service will be 100 000 GBP per annum.
The total contract value per annul is 400 000 GBP.
Hull City Council proposes to enter into one or more Contract(s) for a period of 3 years with the successful Tenderer (Service Provider), with an option to extend for a period or periods of up to a maximum of 12 months. Such extension will be at the discretion of the Council and subject to satisfactory performance.
The Authority envisages that the staff working on the current service shall transfer to the Service Provider or its subcontractors, under the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246) (TUPE) along with the Services.
Under this contract the Supplier will be required to actively contribute to the achievement of social objectives. These include: skills development; employment and training opportunities within the locality of where the contract will be delivered; and other added value initiatives throughout the supply chain to support community programmes promoted by the council. Accordingly contract performance conditions may relate in particular to secondary considerations.
II.1.6)Common procurement vocabulary (CPV)
85100000, 80561000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
This service will contribute to the delivery of Hull’s City Plan, specifically the Prevention and Early Intervention priority which aims to provide people most in need with the right support, when they most need it. It also supports the delivery of Hull’s Health and Well Being Board and Early Help Strategies.
The investment will be an integral part of the City’s strategy to support Hull’s residents (young and old) to lead a healthy lifestyle and will form part of Hull City Council’s Early Help and Interventions Framework (see www.hullcc.gov.uk).
The service will work across the life course and aim to engage families and individuals at the earliest possible opportunity to improve the health of the population.
The anticipated service commencement date is 1.10.2015
The Service has been divided into the following work packages (Lots):
Lot 1. Tier 2 Health Trainers Service.
Lot 2. Tier 2 Family Weight Management Service.
The Health Trainers Service contract value will be a maximum of 300 000 GBP per annum.
The Tier 2 Family Weight Management Service is a new service; the maximum available budget for this service will be 100 000 GBP per annum.
The total contract value per annum is 400 000 GBP.
Estimated value excluding VAT: 16 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Tier 2. Health Trainers Service
1)Short description
2)Common procurement vocabulary (CPV)
85100000, 80561000
3)Quantity or scope
In addition the Tier 2 Health Trainers Service will contribute to reducing the number of people in Hull who are overweight or obese; in addition, it will support residents to tackle other unhealthy behaviours they identify through, signposting to other services, where appropriate. The service will be targeted at those residents most in need of support.
Objectives of the service:
The Health Trainer Service will seek to improve the health of communities by:
Supporting predominately adults (aged 18 and over) to be a healthy weight and lead healthier lifestyles, by offering them practical support to change their unhealthy behaviour(s).
Providing accessible services in ways that meet the needs of the local population and those most at risk of poor health outcomes.
Working with other services and providers, across all sectors of Hull, in an integrated and flexible manner, to bring about the best possible outcomes for residents, over the life time of the contract.
Providing Healthy Lifestyle services across the City based in key settings such as GP surgeries, Children Centres and community facilities where people congregate.
Recruiting and training volunteers to become community health champions.
Estimated value excluding VAT: 1 200 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2Lot title: Tier 2. Family Weight Management Service
1)Short description
2)Common procurement vocabulary (CPV)
85100000
3)Quantity or scope
The Tier 2 Family Weight Management Service will work collaboratively and collectively in an integrated manner with other services and relevant agencies in the city.
The Provider will be fully integrated into the ‘whole system’ to support joint working for the achievement of Healthy Lifestyles; this will include attendance and active engagement with Area Based health meetings and groups.
Providers delivering this service specification will ensure they have good understanding of the provision of other providers and services that contribute to this agenda and that partnership, signposting and integration with these are a fundamental element of the success of this service.
Estimated value excluding VAT: 400 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
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
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
Minimum level(s) of standards possibly required: See tender documentation.
III.2.3)Technical capacity
See tender documentation.
Minimum level(s) of standards possibly required:
See tender documentation.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: The Services have been divided into the following work packages (Lots):Lot 1. Tier 2 Health Trainers Service Lot 2. Tier 2 Family Weight Management Service Tenderers are invited to bid for one or both of the Lots: Both Lots form the Healthy Lifestyle Service.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)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
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Hull City Council advertise all procurements via YORtender. This system is free to register and available at the following link:https://www.yortender.co.ukHull City Council will not accept manual tenders. All tenders must be submitted via YORtender. Electronic tender documentation will be available via YORtender only.
VI.4.1)Body responsible for appeal procedures
Town Clerk
Hull City Council
Guildhall. Alfred Gelder Street
HU1 2AA Hull
UNITED KINGDOM
E-mail: ian.anderson@hullcc.gov.uk
Telephone: +44 1482300300
Fax: +44 1482613310
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Town Clerk
Hull City Council
HU1 2AA Hull
UNITED KINGDOM
E-mail: ian.anderson@hullcc.gov.uk
Telephone: +44 1482300300
Fax: +44 1482613310
VI.5)Date of dispatch of this notice: