Camden and Islington Healthy Lifestyles Programme
5 Lots. LOT 1 – Hub (Single Point of Access). LOT 2 – Health Checks and Community Outreach.
LOT 3 – Adult Weight Management.
United Kingdom-London: Health and social work services
2015/S 105-191279
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Islington
3rd Floor, Civic Offices, Newington Barrow Way
For the attention of: Mrs Nuria Carrascosa
N7 7EP London
UNITED KINGDOM
Telephone: +44 2075278118
E-mail: procurement@islington.gov.uk
Internet address(es):
General address of the contracting authority: http://www.islington.gov.uk/
Electronic access to information: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
Electronic submission of tenders and requests to participate: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
Further information can be obtained from: Islington
3rd Floor, Civic Offices, Newington Barrow Way
For the attention of: Mrs Nuria Carrascosa
N7 7EP London
UNITED KINGDOM
Telephone: +44 2075278118
E-mail: procurement@islington.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Islington
3rd Floor, Civic Offices, Newington Barrow Way
For the attention of: Mrs Nuria Carrascosa
N7 7EP London
UNITED KINGDOM
Telephone: +44 2075278118
E-mail: procurement@islington.gov.uk
Tenders or requests to participate must be sent to: Islington
3rd Floor, Civic Offices, Newington Barrow Way
For the attention of: Mrs Nuria Carrascosa
N7 7EP London
UNITED KINGDOM
Telephone: +44 2075278118
E-mail: procurement@islington.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
London Borough of Camden
Town Hall, Judd Street
WC1H 9JE London
UNITED KINGDOM
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 UKI
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)
Lots
LOT 1 — Hub (Single Point of Access)
LOT 2 — Health Checks and Community Outreach
LOT 3 — Adult Weight Management
LOT 4 — Community Stop Smoking Cessation Service
LOT 5 — Exercise on Referral — Note this service will be advertised at a later date. The advert will be placed on the London Tenders Portal. If you are interested in applying for this tender in future then please register your organisation on the London Tenders Portal. See below for details.
The Council previously posted an advertisement in the Official Journal of the European Union to let providers know this advert would be coming. The reference for that advanced notification was Prior Information Notice (PIN) ref 2015/S 013-019234.
II.1.6)Common procurement vocabulary (CPV)
85000000, 79512000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The aim of the Lifestyle Hub is to provide a single point of access, using a variety of media platforms, telephone and text service. This will allow a streamlined, quick and easy access to the most appropriate lifestyles programme for the individual, supported by staff trained in behaviour change techniques.
The ‘Lifestyle Hub’ will manage all referrals for individual lifestyle services for Camden and Islington through a single point of access.
The Lifestyle Hub will be the ‘public face’ of the healthy lifestyles programme in Camden and Islington. It will assess the person’s readiness for change and direct them to the most appropriate part of the lifestyle programme using behaviour change techniques. The Lifestyle Hub will also signpost residents to other lifestyle and wellness activities that form the more universal offer across both Camden and Islington.
Providers applying for this service will have robust data systems and will have experience in achieving successful outcomes through partnership working with key stakeholders and partner organisations.
The service will need to be up and running by 1.4.2016.
Contract Period
The contract period will be for 3 (three) years 36 months (thirty six) from an estimated start date 1.4.2016 with option to extend up to a further 2 (two) plus 2 (two) years (48 months)
Contract Value
The estimated total value of this Lot is 1 561 000 GBP (excluding VAT) over the maximum 84 months term of the contract. This is based on 223 000 GBP (excluding VAT) per annum. Payment will be made up of a fixed element and performance related payment. Performance related payment will account for 10 % of payment in the first year and 15 % of payment in the second and subsequent years.
There will be an additional 50 000 GBP (excluding VAT) fixed for the first year only. This budget is to support set up costs, including support with IT and software.
However the Council is confident the bids received will be lower than the estimated value.
There is a maximum fixed budget for this service of 1 561 000 GBP (excluding VAT). Any bids over this amount will be disqualified.
Award criteria
The contract will be awarded to the Most Economically Advantageous Tender (MEAT) in accordance with the Public Contracts Regulations. MEAT for this contract is quality 50 % and cost 50 % in all Lots. Tender submissions will be subject to minimum quality thresholds of at least a satisfactory score (3 out of 5) or above in all method statement questions. Further details will be provided in the invitation to tender.
Tenderers should be aware in addition to the requirements in the award criteria, that we reserve the right to hold site visits and/or additional presentations and/or interviews. This will be for verification/clarification purposes of the written submission.
LOT 2: NHS Health Checks and Community Outreach
Working as part of the overall Camden and Islington Healthy Lifestyles programme for lot 2 we are seeking a provider who can deliver NHS Health Checks and Community Outreach both as part of the overall lifestyle programme and integrated with the Hub (Lot 1)
NHS Health Checks is a nationally mandated public health programme that aims to keep people well for longer. It is a risk assessment and management programme that aims to prevent or delay the onset of major non-communicable disease including heart disease, stroke, diabetes, and kidney disease through earlier awareness, assessment, and management of risk factors and conditions. These assessments are targeted at those aged 40 to 74 years with no diagnosed long term conditions. This service will deliver NHS Health Checks in the community alongside those delivered in General Practice.
In Camden and Islington we recognise that the burden of ill health is such that our populations would benefit from lifestyle interventions that stretch beyond the national eligibility criteria and remit of the NHS Health Checks. The service will also undertake shorter Lifestyle Checks with those not eligible for or unwilling to receive a full NHS Health Check. The provider of Lot 2 will be expected to deliver health checks and the shorter lifestyle checks as part of contract delivery.
The immediate aim of both NHS Health Checks and Lifestyle Checks is to identify risk factors; deliver healthy living messages; and motivate behaviour change through relevant behaviour change techniques and onward referral to GPs and the Lifestyle Hub. The approach to Lifestyle Checks has been determined locally but is based on the best practice of the lifestyle elements of the NHS Health Check.
Contract Period
The contract period will be for 3 (three) years 36 months (thirty six) from an estimated start date 1.4.2016 with option to extend up to a further 2 (two) plus 2 (two) years (48 months)
Contract Value
The estimated total value of this contract is 1 953 000 GBP (excluding VAT) over the maximum 84 months term of the contract. This is based on: an innovation fund of 34 000 GBP (excluding VAT) per annum to ensure the service is reaching Camden residents most at need; and a payment of up to 245 000 GBP (excluding VAT) per annum which will comprise a fixed element (40 %) and performance related payment (60 %).
However the Council is confident the bids received will be lower than the estimated value.
There is a maximum fixed budget for this service of 1 953 000 GBP (excluding VAT). Any bids over this amount will be disqualified.
TUPE (Transfer of Undertakings (Protection of Employment) Regulations)
Potential providers must be aware that TUPE may or may not apply to this service. Further details will be available at the invitation to tender stage.
Award criteria
The contract will be awarded to the Most Economically Advantageous Tender (MEAT) in accordance with the Public Contracts Regulations. MEAT for this contract is quality 50 % and cost 50 % in all Lots. Tender submissions will be subject to minimum quality thresholds of at least a satisfactory score (3 out of 5) or above in all method statement questions. Further details will be provided in the invitation to tender.
Tenderers should be aware in addition to the requirements in the award criteria, that we reserve the right to hold site visits and/or additional presentations and/or interviews. This will be for verification/clarification purposes of the written submission.
Lot 3: Adult Weight Management
Working as part of the overall Camden and Islington Healthy Lifestyles programme for lot 3 we are seeking a provider to deliver an Adult Weight Management Service (AWMS), to deliver community based tier 2 weight management programmes for overweight adults (body mass index ?25 to ?35 kg/m²) with comorbidities and obese adults (body mass index ? 30 to 40 kg/m²) in Camden and Islington. To facilitate choice for service users at the point of access and to provide attractive services to groups that typically engage poorly with weight management interventions, the AWMS should offer at least two sufficiently different programmes. The programmes will be categorised as follows:
Programme 1: ?70 % of the time allocated to nutrition and behaviour change education
Programme 2: ?50 % of the time allocated to physical activity
Individual programmes offered within the AWMS will be required to be multi-component and National Institute for Clinical Excellence (NICE) compliant.
The service should be easy to access and should improve service users’ skills, knowledge and confidence in healthy eating and physical activity, resulting in weight loss and long term weight maintenance. The service will also support a reduction in health inequalities by ensuring resources are targeted to priority communities.
Contract Period
The contract period will be for 3 (three) years 36 months (thirty six) from an estimated start date 1.4.2016 with option to extend up to a further 2 (two) plus 2 (two) years (48 months)
Contract Value
The estimated total value of this contract is 1 519 000 GBP (excluding VAT) over the maximum 84 months term of the contract.
There is no guaranteed minimum income for service and payments will be up to 100 % payment by results. There will be a fixed payment of 30 000 GBP (excluding VAT) in the 1st year only, and no fixed payment in subsequent years. The maximum amounts payable as Payment by Results will be 177 000 GBP (excluding VAT) and 207 000 GBP (excluding VAT) in subsequent years.
A further 10 000 GBP (excluding VAT) per annum (over and above the fixed payment and payment by results) is available for the development of innovative services across Camden and Islington. Further details are in the information pack.
There is a maximum fixed budget for this service of 1 519 000 GBP. Any bids over this amount will be disqualified.
Award criteria
The contract will be awarded to the Most Economically Advantageous Tender (MEAT) in accordance with the Public Contracts Regulations. MEAT for this contract is quality 50 % and cost 50 % in all Lots. Tender submissions will be subject to minimum quality thresholds of at
least a satisfactory score (3 out of 5) or above in all method statement questions. Further details will be provided in the invitation to tender.
Tenderers should be aware in addition to the requirements in the award criteria, that we reserve the right to hold site visits and/or additional presentations and/or interviews. This will be for verification/clarification purposes of the written submission.
LOT 4: Community Stop Smoking Service
Working as part of the Camden and Islington Healthy Lifestyles programme for lot 4 we are seeking a provider to run a Camden and Islington Community Stop Smoking Service (C&ISSS) forms a significant strand of Camden and Islington’s Tobacco Control Strategy. The aim of the Service is to deliver a high quality, effective and accessible smoking cessation service through:
— One to one support and/or group advice (as appropriate) to any tobacco smoker (including those using electronic cigarettes as part of a cessation attempt) aged 13+ years who is resident, registered with a GP, works or studies in Camden or Islington, and wants to give up smoking.
— Increased choice of, and improved access to, stop smoking services.
— Access to and, where appropriate, supply of pharmacological stop smoking aids.
By employing a universally available service model, with a focus on key target groups, this Service will contribute to the reduction of health inequalities across both boroughs, which have resulted from high levels of cardiovascular disease and other long term conditions.
Contract Period
The contract period will be for 3 (three) years 36 months (thirty six) from an estimated start date 1.4.2016 with option to extend up to a further 2 (two) plus 2 (two) years (48 months)
Contract Value
The estimated total value of this contract is 4 564 000 GBP (excluding VAT) over the maximum 84 months term of the contract. This is based on an innovation fund of 59 000 GBP (excluding VAT) per annum; and a payment of up to 593 000 GBP (excluding VAT) per annum which will comprise a fixed element (75 %) and performance related payment (25 %).
However the Council is confident the bids received will be lower than the estimated value.
The innovation fund budget is to develop innovative approaches to reaching specific at risk or vulnerable groups, by ward or other dimensions/characteristics, in order to tackle the 12 year within-borough gap in life expectancy in Camden.
There is a maximum fixed budget for this service of 4 564 000 GBP. Any bids over this amount will be disqualified.
Award criteria
The contract will be awarded to the Most Economically Advantageous Tender (MEAT) in accordance with the Public Contracts Regulations. MEAT for this contract is quality 50 % and cost 50 % in all Lots. Tender submissions will be subject to minimum quality thresholds of at least a satisfactory score (3 out of 5) or above in all method statement questions. Further details will be provided in the invitation to tender.
Tenderers should be aware in addition to the requirements in the award criteria, that we reserve the right to hold site visits and/or additional presentations and/or interviews. This will be for verification/clarification purposes of the written submission.
Procurement Process — applies to all Lots
This contract is over the Official Journal of the European Union (OJEU) threshold. The contract will be procured using the Restricted Procedure. The Restricted Procedure means the procurement process will be conducted in two stages.
The first stage will involve selecting a minimum of the 5 highest-scoring organisations through a pre-qualification questionnaire (PQQ). All submissions will be subject to at least a satisfactory score (3 out of 5) for each question will be invited to tender.
The second stage will be an evaluation of tenders submitted by bidders who are selected at the PQQ stage.
How to express an interest
If you wish to apply for this contract please follow the steps below:
Register your company free of charge via the link on the right hand side of this page under: ‘Related Websites’ London Tenders Portal.
Register your company free of charge via the London Tenders Portal.
Link: https://www.londontenders.org/procontract/supplier.nsf/frm_home?openForm
Await acceptance. You will receive an email confirming your username and password.
Use your username and password to log into the London Tenders Portal and express your interest in:
1415-189 Camden and Islington Healthy Lifestyles programme- LOT 1 — Hub (Single Point of Access)
CPV — 85000000: Health and social work services
79512000: Call centre
1415-189 Camden and Islington Healthy Lifestyles programme- LOT 2 — Health Checks and Community Outreach
CPV — 85000000: Health and social work services
1415-189 Camden and Islington Healthy Lifestyles programme- LOT 3 — Adult Weight Management
CPV — 85000000: Health and social work services
1415-189 Camden and Islington Healthy Lifestyles programme- LOT 4 — Community Stop Smoking Cessation Service
CPV — 85000000: Health and social work services
Shortly after you have expressed interest, you will receive a second email containing a link to access the pre-qualification questionnaire.
Deadlines
The deadline for expressions of interest is: 12:00 Wednesday 24.6.2015.
Submission of pre-qualification questionnaires 12:00 Wednesday 1.7.2015.
Late submissions will not be accepted.
Additional information
Islington Council and its partners are committed to work towards a ‘Fairer Islington’, for more information see www.islington.gov.uk
Please do not include any publicity material with your submissions.
Islington Council aims to provide equality of opportunity and welcomes applicants who meet the qualitative selection criteria from black and minority ethnic communities and disabled groups.
The Council encourages all types of organisation who meet the qualitative selection criteria including Voluntary and Community Sector (VCS) organisations, Social Enterprises or not for profit enterprises and small to medium enterprises (SME) to tender.
Your submission will be marked in stages. Only applicants who meet the requirements at each stage will progress to the next stage. Further details will be contained in the tender documents.
Please include the Contract Number of this tender process when communicating with the Council in any way.
All questions relating to this contract should be raised via the question and answer section of the relevant contract on the London Tenders Portal. Please do not contact any officer of the council directly.
Applicants are advised that all costs incurred either directly or indirectly in preparation, submission or otherwise related to this advertisement will be borne by them, and in no circumstances will the council be responsible for any such costs. Applicants are also advised that the council at its sole discretion acting reasonably and in good faith reserves the right to abandon the procurement at any stage prior to contract award.
As part of a commitment to transparency the council is now publishing all spend over 500 GBP each month. This includes spend on contracts, so the successful contractor should expect details of spend against the contract to appear on the council website www.islington.gov.uk The council is also committed to publishing tender and contract documentation after contract award stage. Commercially sensitive information will be redacted from documentation. What constitutes commercially sensitive information is a matter for the council’s sole discretion. However, tenderers will be invited to identify information they consider to be commercially sensitive in their tender return and this will be taken into account in the council forming a view.
II.2.2)Information about options
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.1.4)Other particular conditions
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.1.3)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.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2015/S 13-019234 of 20.1.2015
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.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
London Borough of Islington
Strategic Procurement Team, 3rd floor, 7 Newington Barrow Way
N7 7EP London
UNITED KINGDOM
E-mail: procurement@islington.gov.uk
Telephone: +44 2075278118
VI.5)Date of dispatch of this notice: