Healthy Child Programme 0-19 Years Cheshire
Cheshire East Council in Partnership with NHS England requires providers to deliver an integrated healthy child programme across the Cheshire East footprint as detailed within the service specification.
United Kingdom-Sandbach: Health services
2015/S 053-092675
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Cheshire East Borough Council
Westfields, Middlewich Road
Contact point(s): Ms Susan Shaw
For the attention of: Mrs Lianne Halliday
CW11 1HZ Sandbach
UNITED KINGDOM
Telephone: +44 1270686440
E-mail: susan.shaw2@cheshireeast.gov.uk
Further information can be obtained from: Cheshire East Borough Council
Westfields, Middlewich Road
Contact point(s): Ms Susan Shaw
For the attention of: Mrs Lianne Halliday
CW11 1HZ Sandbach
UNITED KINGDOM
Telephone: +44 1270686440
E-mail: susan.shaw2@cheshireeast.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Cheshire East Borough Council
Westfields, Middlewich Road
Contact point(s): Ms Susan Shaw
For the attention of: Mrs Lianne Halliday
CW11 1HZ Sandbach
UNITED KINGDOM
Telephone: +44 1270686440
E-mail: susan.shaw2@cheshireeast.gov.uk
Tenders or requests to participate must be sent to: Cheshire East Borough Council
Westfields, Middlewich Road
Contact point(s): Ms Susan Shaw
For the attention of: Mrs Lianne Halliday
CW11 1HZ Sandbach
UNITED KINGDOM
Telephone: +44 1270686440
E-mail: susan.shaw2@cheshireeast.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
Health
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 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 Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME’s). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
II.1.6)Common procurement vocabulary (CPV)
85100000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The maximum contract value is GBP 30 318 334 for the total 5 year period.
The total contract value should not exceed this value. Any tenders which exceed this will not be evaluated.
Estimated value excluding VAT: 30 318 334 GBP
II.2.2)Information about options
Description of these options: 2 x 12 month option to extend.
Provisional timetable for recourse to these options:
in months: 0 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 0
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
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: Description of particular conditions: Social Value: The Council is committed to ensure wider social and community benefits are achieved in the course of all its commissioning and procurement activities. In accordance with this, suppliers are required to work with the Council towards achieving such aims.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
As detailed in the ITT documents.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As detailed in the ITT documents.
III.2.3)Technical capacity
As detailed in the ITT documents. Minimum level(s) of standards possibly required. Tenderers must successfully pass all sections within the Business Questionnaire and the ITT documents before being evaluated further.
Minimum level(s) of standards possibly required:
As detailed in the ITT documents. Tenderers must successfully pass all sections within the Business Questionnaire within the ITT documents before being evaluated further.
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
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
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.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Award of Contract shall be as outlined in the ITT Documents. The Authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period. In order to participate, providers must register, complete and upload completed ITT documentation and submit this via the Chest at http://www.thechest.nwce.gov.uk/ — the project reference on The Chest is 9U5M-ECERFG.**Do not contact Members of the Council direct** All correspondence should be undertaken via The Chest. It is the organisations responsibility to satisfy themselves that they have provided all of the required information. If you have any technical problems with The Contract and Management System please contact the help-desk on: Email: nwsupport@due-north.com Telephone: +44 8452930459.If and when this requirement is offered to tender, this may be done in whole or in part via electronic means using the Contract and Tender Management System at www.the-chest.org.uk If you require urgent assistance regarding the initial usage of the eTendering package please contact the Contracting Authority point-of-contact in Section I.1 of this notice. On failure to reach this contact, please immediately email the nature of the difficultytoprocurement@cheshireeast.gov.uk.
VI.4.1)Body responsible for appeal procedures
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Body responsible for mediation procedures
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
VI.4.3)Service from which information about the lodging of appeals may be obtained
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
VI.5)Date of dispatch of this notice: