Tender for Tameside Integrated Wellbeing Service
Tameside MBC is looking to contract with a provider to develop and operate a flexible, innovative and integrated Wellbeing Service that is focussed on prevention and early intervention and meets the needs of people in Tameside.
United Kingdom-Ashton-under-Lyne: Health and social work services
2015/S 049-085615
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Tameside Metropolitan Borough Council
Council Offices, Wellington Road
For the attention of: Mr Richard Scarborough
OL6 6DL Ashton-under-Lyne
UNITED KINGDOM
Telephone: +44 1613422699
E-mail: richard.scarborough@tameside.gov.uk
Internet address(es):
Electronic access to information: www.thechest.nwce.gov.uk
Electronic submission of tenders and requests to participate: www.thechest.nwce.gov.uk
Further information can be obtained from: Tameside Metropolitan Borough Council
Council Offices, Wellington Road
For the attention of: Mr Richard Scarborough
OL6 6DL Ashton under Lyne
UNITED KINGDOM
Telephone: +44 1613422699
E-mail: richard.scarborough@tameside.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Tameside Metropolitan Borough Council
Council Offices, Wellington Road
For the attention of: Mr Richard Scarborough
OL6 6DL Ashton under Lyne
UNITED KINGDOM
Telephone: +44 1613422699
E-mail: richard.scarborough@tameside.gov.uk
Tenders or requests to participate must be sent to: Tameside Metropolitan Borough Council
Council Offices, Wellington Road
For the attention of: Mr Richard Scarborough
OL6 6DL Ashton under Lyne
UNITED KINGDOM
Telephone: +44 1613422699
E-mail: richard.scarborough@tameside.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 UKD31
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 purpose of the Service is to provide support to people to live well by addressing the factors that influence their health, enabling them to be independent and resilient and support themselves and people around them.
The Service will provide a range of person centered interventions, using behaviour change techniques and motivational interviewing to tailor health, wellbeing and lifestyle support and interventions to the populations of Tameside, delivered in the heart of our communities.
The Service will improve and protect the health and wellbeing of the population of Tameside and improve the health of the poorest fastest. The service will focus specifically on health inequalities and on improving health and wellbeing outcomes for the residents of the borough.
The Service will be based upon systematic programme planning, including the identification of indicator measures and milestones, and develop and implement interventions that have a clear rationale for impacting upon PHOF outcomes and health inequalities.
A maximum budget of 1 018 500 GBP per annum has been budgeted for this service.
II.1.6)Common procurement vocabulary (CPV)
85000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
Description of these options: 3 year contract with optional extensions for a further period of up to 2 years.
Provisional timetable for recourse to these options:
in months: 0 (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.1.2)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
(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 May 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.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As set out in the Organisation Questionnaire and tender documents.
III.2.3)Technical capacity
As set out in the Organisation Questionnaire and tender documents.
Minimum level(s) of standards possibly required:
As set out in the Organisation Questionnaire and tender documents.
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.3.3)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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: