Childhood Obesity Service Leeds
We wish to introduce evidence based obesity prevention programmes to these school cluster areas which will drive quantifiable and sustainable behaviour changes in eating habits and will complement and support physical activity programmes, existing obesity treatment programmes and statutory requirements.
United Kingdom-Leeds: Health and social work services
2014/S 192-339280
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
NHS Leeds West Clinical Commissioning Group
Suites 2-4 Ground Floor, WIRA House
For the attention of: Jim England
LS16 6EB Leeds
UNITED KINGDOM
Telephone: +44 7896500358
E-mail: jim.england@wsybcsu.nhs.uk
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
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
Main site or location of works, place of delivery or of performance: Leeds.
NUTS code UK
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 National Child Measurement Programme has identified that there are areas of Leeds West where there are pockets of significantly higher than average prevalence of obesity.
The primary school clusters in these areas include Open XS (Little London/Woodhouse), Bramley and Armley. In contrast there are areas where although the prevalence figures are not above the national average they are increasing alongside an increasing population of children. These additional cluster areas include Morley, Ardsley and Tingley. Furthermore, these areas also differ in terms of the catering companies who supply the food to the primary schools and the availability of fruit and vegetables from retailers.
We wish to introduce evidence based obesity prevention programmes to these school cluster areas which will drive quantifiable and sustainable behaviour changes in eating habits and will complement and support physical activity programmes, existing obesity treatment programmes and statutory requirements.
These programmes will result in not only sustained change in the child’s eating activity but also sustained change in the schools, caterers, retailers and parents attitudes and behaviour.
A bidder event will be held on Tuesday 14th October between 09:30 and 12:00 in the Boardroom, Suites 2-4 Ground Floor, WIRA House, Leeds LS16 6EB.
This event will provide further details as to the rationale for this project and the intended outcomes.
The successful providers(s) will be offered a standard NHS contract. The contract is a block contract and there will be an incentive scheme.
The pricing to be submitted by providers which shall not exceed 290 000 GBP for the 2 year period, and should be based on a 66 % uptake from schools. This is based on the expected take up, however we understand that if a higher percentage of schools was to take up the service then the costs to the provider would increase proportionately. We will therefore be developing a local incentive scheme to cover the costs of any increase in take up and should this result in 100 % of schools taking part, and the services being delivered in full, the final budget could be up to 440 000 GBP. As the expected take up is 66 % we are basing the price comparison and expected value at up to 290 000 GBP for the purposes of this tender.
The contract will be for a 2 year period following mobilisation and there will be the option for the CCG to extend to this for up to two additional years depending on outcomes and funding.
A service specification, the draft contract particulars, Service conditions and General conditions along with the electronic application form can be found on-line at www.nhssourcing.co.uk and applications will be received until 12.11.2014.
II.1.6)Common procurement vocabulary (CPV)
85000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 290 000 and 440 000 GBP
II.2.3)Information about renewals
Number of possible renewals: 1
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
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: Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) — Browse to the eSourcing Portal: https://www.nhssourcing.co.uk and click the link to register — Accept the terms and conditions and click ‘continue’ — Enter your correct business and user details — Note the user-name you chose and click ‘Save’ when complete – You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender – Login to the portal with the user-name/password — Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) — Click on the relevant PQQ/ ITT to access the content. — Click the ‘Express Interest’ button at the top of the page. — This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only) — You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ITT Details’ box 3. Responding to the tender — Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining) — You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification — Note the deadline for completion, then follow the on-screen instructions to complete the PQQ/ ITT — There may be a mixture of on-line and off-line actions for you to perform (there is detailed on-line help available) You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the on-line help, or contact the eTendering help desk.
As the procurement falls under Part B of Schedule 3 of the Public Contracts Regulations 2006, it is only mandatory for the procurement to comply with Regulation 5 (2).
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
Section VI: Complementary information
VI.3)Additional information
This is a voluntary notice for the purpose of advertising this tender. As the procurement falls under Part B of Schedule 3 of the Public Contracts Regulations 2006, it is only mandatory for the procurement to comply with Regulation 5 (2). Accordingly neither the publication nor content of this Notice shall be taken to mean that the Contracting Authority intends operating the process in accordance with or to be bound by any of the Regulations other than Regulation 5 (2). Information concerning the process will be contained in the tender documentation.
VI.5)Date of dispatch of this notice: