Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Cambridgeshire County Council
Shire Hall, Castle Hill
For the attention of: Sarah Fuller
CB3 0AP Cambridge
UNITED KINGDOM
E-mail:
Internet address(es):
General address of the contracting authority: http://www.cambridgeshire.gov.uk
Electronic access to information: http://www.lgssprocurementportal.co.uk
Electronic submission of tenders and requests to participate: http://www.lgssprocurementportal.co.uk
Further information can be obtained from: Cambridgeshire County Council
Shire Hall, Castle Hill
Contact point(s): Sarah Fuller
CB3 0AP Cambridge
UNITED KINGDOM
E-mail:
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Cambridgeshire County Council
Shire Hall, Castle Hill
Contact point(s): Sarah Fuller
CB3 0AP Cambridge
UNITED KINGDOM
E-mail:
Tenders or requests to participate must be sent to: Cambridgeshire County Council
Shire Hall, Castle Hill
Contact point(s): Sarah Fuller
CB3 0AP Cambridge
UNITED KINGDOM
E-mail:
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Cambridgeshire County Council Community Navigator Service.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 25: Health and social services
NUTS code UKH12
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Community Navigators is a community facing service which aims to delay people's need for costly health and social care services and at the same time improving people's quality of life and reducing social isolation.
The service is based on the premise that Cambridgeshire is well served in terms of the range of services available but they are fragmented. As a result many people find it complicated to access the health and social care services they need. The Community Navigators act as friendly and approachable first points of contact that are out and about in Cambridgeshire's communities. The Community Navigators seek out older and vulnerable people and inform them about locally available services and help them to access those services.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The initial contract period will be 3 years with an optional extension of 1 further year. The annual budget is 323 949 GBP. The total contract value over the 4 years is 1 295 796 GBP.
Estimated value excluding VAT: 1 295 796 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See tender documents.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: See tender documents.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: See tender documents.
Minimum level(s) of standards possibly required: See tender documents.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
See tender documents.
Minimum level(s) of standards possibly required:
See tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
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 dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
DN165421
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 22.7.2016 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate22.7.2016 - 12:00
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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 180 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 22.7.2016 - 12:00
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
This procurement process is being run under the ‘light-touch regime’ (Chapter 3, section 7 of the Public Contracts Regulations 2015).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtainedLGSS
John Dryden House, 8-10 The Lakes
NN4 7YD Northampton
UNITED KINGDOM
E-mail:
VI.5)Date of dispatch of this notice:3.6.2016