Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Doncaster Metropolitan Borough Council
Contact point(s): www.yortender.co.uk/ Reference 9Y9H-CD0LUS
DN1 3BU Doncaster
UNITED KINGDOM
E-mail:
Internet address(es):
General address of the contracting authority: https://www.doncaster.gov.uk
Address of the buyer profile: https://www.doncaster.gov.uk
Electronic access to information: https://www.yortender.co.uk/
Electronic submission of tenders and requests to participate: https://www.yortender.co.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 authorityRegional or local authority
I.3)Main activityGeneral public services
Health
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:
Obesity Prevention and Tier 2 Weight Management.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: Doncaster.
NUTS code UKE31
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)
Doncaster Council are to commission a lead provider to offer a range of interventions to form part of our evidence based approach to obesity, driven by local need and incorporating best practice.
The services (Tier 1 and 2) will be part of an integrated approach to prevention and treatment interventions through a 4 tiered approach.
The service will promote good health and help stem the rise and support the reduction of obesity prevalence by:
- Providing evidence-based approaches and interventions across the life course to promote healthy lifestyles.
- Improving awareness, knowledge and confidence to make positive lifestyle changes.
- Delivering community based multicomponent lifestyle services which will support weight loss and healthy weight maintenance.
II.1.6)Common procurement vocabulary (CPV)85000000, 85100000, 85110000, 85120000, 85140000, 80500000, 80510000, 80560000, 80561000, 80570000, 80000000, 98330000, 85300000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
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:
4 years with up-to 24 months of extension are available.
Estimated value excluding VAT: 1 280 000 EUR
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: Range: between 1 and 10
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 48 (from the award of the contract)
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:
As defined in tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As defined in tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As defined in tender documentation.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: As defined in tender documentation.
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: As defined in tender documentation.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As defined in tender documentation.
Minimum level(s) of standards possibly required: As defined in tender documentation.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As defined in tender documentation.
Minimum level(s) of standards possibly required:
As defined in tender documentation.
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 dialogue
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:
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: 25.9.2015 - 16:00
IV.3.4)Time limit for receipt of tenders or requests to participate25.9.2015 - 16:00
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: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 25.9.2015 - 17:00
Place:
Doncaster Civic Office
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published: 40.
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
Value shown is for the 4 year (48 month) initial contract term and does not include any possible extension period.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresDoncaster Metropolitan Borough Council
DN1 3BU Doncaster
UNITED KINGDOM
Body responsible for mediation procedures
Doncaster Metropolitan Borough Council
DN1 3BU Doncaster
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtainedDoncaster Metropolitan Borough Council
DN1 3BU Doncaster
UNITED KINGDOM
VI.5)Date of dispatch of this notice:25.8.2015