By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

15-083 Active for Health.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Rotherham MBC
Riverside House, Main Street
For the attention of: Mrs Clair Brierley
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709334046
E-mail:
Fax: +44 1709376285

Internet address(es):

Address of the buyer profile: http://www.rotherham.gov.uk

Further information can be obtained from: Rotherham MBC
Riverside House, Main Street
For the attention of: Mrs Clair Brierley
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709334046
E-mail:
Fax: +44 1709376285

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Rotherham MBC
Riverside House, Main Street
For the attention of: Mrs Clair Brierley
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709334046
E-mail:
Fax: +44 1709376285

Tenders or requests to participate must be sent to: Rotherham MBC
Riverside House, Main Street
For the attention of: Mrs Clair Brierley
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709334046
E-mail:
Fax: +44 1709376285

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The 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:
15-083 Active for Health.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
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)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 5

Duration of the framework agreement

Duration in months: 36

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 500 000 GBP
II.1.5)Short description of the contract or purchase(s)
Rotherham Metropolitan Borough Council (RMBC) are inviting bids from a number of organisations who might be able to commission a service for a period of 3 years to deliver an evidence-based, accessible, physical activity pathway. Active for Health Research Project has been funded by Sport England to explore the added value of developing a specialist physical activity pathway for a range of long term health conditions. The project will provide a three step model of specialist activity for people who meet the following criteria: - Aged 16+ - Registered with a Rotherham GP and/or · Resident in the locality and with the specified long term conditions which falls into one of the categories below. We will be looking for providers who have, Level 4 trained instructors available to deliver the sessions across Rotherham communities, working closely with NHS rehabilitation services. The conditions included in the project are: - Lot 1 - Active for Health - Cardiac and heart failure pathways - Lot 2 - Active for Health - Stroke pathway - Lot 3 - Active for Health - COPD pathway - Lot 4 - Active for Health - Falls prevention and postural stability pathway - Lot 5 - Active for Health - Cancer survivors pathway - Lot 6 - Active for Health - Lower back pain pathway.
II.1.6)Common procurement vocabulary (CPV)

85000000, 92000000, 98000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Rotherham Metropolitan Borough Council (RMBC) are inviting bids from a number of organisations who might be able to commission a service for a period of 3 years to deliver an evidence-based, accessible, physical activity pathway. Active for Health Research Project has been funded by Sport England to explore the added value of developing a specialist physical activity pathway for a range of long term health conditions. The project will provide a three step model of specialist activity for people who meet the following criteria: · Aged 16+ · Registered with a Rotherham GP and/or · Resident in the locality and with the specified long term conditions which falls into one of the categories below. We will be looking for providers who have, Level 4 trained instructors available to deliver the sessions across Rotherham communities, working closely with NHS rehabilitation services. The conditions included in the project are: - Lot 1 - Active for Health - Cardiac and heart failure pathways - Lot 2 - Active for Health - Stroke pathway - Lot 3 - Active for Health - COPD pathway - Lot 4 - Active for Health - Falls prevention and postural stability pathway - Lot 5 - Active for Health - Cancer survivors pathway - Lot 6 - Active for Health - Lower back pain pathway.
Estimated value excluding VAT:
Range: between 500 000 and 550 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (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:
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
The 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 registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal 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 procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 10
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse 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 criteria
The 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 auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
9Z4H-YYQ4RM
IV.3.2)Previous publication(s) concerning the same contract
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
13.9.2015 - 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 up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Simon Bradley
Procurement, Riverside House, Main Street
S60 1AE Rotherham
UNITED KINGDOM
E-mail:

Body responsible for mediation procedures

Simon Bradley
Procurement, Riverside House, Main Street
S60 1AE Rotherham
UNITED KINGDOM
E-mail:

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Alcotel Ruling applies - A minimum of 10 days mandatory standstill period from the notification of intention to award.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
5.8.2015