North and East London Commissioning Support Unit has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Newham Integrated Children’s Community Health Service |
Notice type: | Contract Notice |
Authority: | North and East London Commissioning Support Unit |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | Newham Clinical Commissioning Group and the London Borough of Newham wish to commission an Integrated Children’s Community Health Service as part of our transformational joint commissioning approach. The service is expected to provide an innovative Integrated Children’s Community Health Service model, comprising (not an exhaustive list) community nursing, health visiting, continuing health care and complex care management, therapies (speech and language, occupational therapy, physiotherapy), community paediatrics, sleep services, post-diagnosis support, and screening and child development services for children and young people from 0 to 18 years old. The anticipated value of this 3 year contract is £39,939,284. The value range over the 3 year contract period is £27,957,500 to £43,933,214 |
Published: | 03/08/2016 17:28 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Newham Clinical Commissioning Group
Unex Tower, 7 Station Street, London, E15 1DA, United Kingdom
Tel. +44 2036881543, Email: WELCPOD-procurement@nelcsu.nhs.uk
Main Address: http://www.newhamccg.nhs.uk
NUTS Code: UKI12
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.supplying2nhs.com
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Newham Integrated Children’s Community Health Service
Reference Number: •NELCSU/WELC/NH/HK/2015/00049
II.1.2) Main CPV Code:
85100000 - Health services.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Newham Clinical Commissioning Group and the London Borough of Newham wish to commission an Integrated Children’s Community Health Service as part of our transformational joint commissioning approach.
The service is expected to provide an innovative Integrated Children’s Community Health Service model, comprising (not an exhaustive list) community nursing, health visiting, continuing health care and complex care management, therapies (speech and language, occupational therapy, physiotherapy), community paediatrics, sleep services, post-diagnosis support, and screening and child development services for children and young people from 0 to 18 years old. The anticipated value of this 3 year contract is £39,939,284. The value range over the 3 year contract period is £27,957,500 to £43,933,214
II.1.5) Estimated total value:
Value excluding VAT: 39,939,284
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI12 Inner London - East
II.2.4) Description of procurement: The Contracting Authority is not currently charged VAT for supply of these services as they are zero rated by HMRC.All bidders will be required to submit their bids inclusive of any VAT (should a supplier be required to pay VAT for any or part of the service then this cost must fall within the contract price submitted). . Bidders should seek independent advice on fulfilling their VAT obligations. The services to which this requirement relates is Schedule 3 of the Public Contracts Regulations 2015 (PCR 2015), Regulation 74 to 76 of the Regulations for Social and Other Specific Services of which this procurement for health services falls within. Whilst the Regulations will apply to this procurement, the procurement procedure will be undertaken in accordance with the new Light Touch Regime.
The services covered by the light touch regime are set out at Schedule 3 (Social and Other Specific Services) of PCR 2015. If the value of the Contract is over £589,148 the Contracting Authority must advertise it in the OJEU, although there is flexibility as to the design of the remainder of the Procurement Process
The Commissioner is not voluntarily following any other part of the Regulations. The procedure that the Commissioner is following is as set out in the Invitation to Tender. The Process will be similar to Open Procedure process under the Regulations but, for avoidance of doubt, the commissioner is not running the Process as though the Open Procedure under the Regulations applies and so reserves the right to depart from that procedure at any point. The procurement will be advertised via OJEU and Contract Finder.
Interested organisations must express their interest by registering on Pro-Contract: https://www.supplying2nhs.com
Expressions of interests will be completed on submission of the Tender. The deadline for submitting a completed Tender is at 12 noon on 12th September 2016. Responses received after the deadline will not be considered.
Tenders received after the deadline may not be considered. It is anticipated that bidders will be invited to a clarification meeting if they are successful at the pass/fail stage
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: one 2 year extension
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Submission of the tenders will be via the Pro-Contract e-tendering system https://www.supplying2nhs.com. Bidders should register, login and complete the tender response documentation electronically and submit them via the Pro-contract e-tendering portal. Please note that any communication from NEL CSU or CCG regarding this tender will be via Pro-contract discussion board..
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 12/09/2016 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 12/09/2016
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=204876607
VI.4) Procedures for review
VI.4.1) Review body:
NEL Commissioning Support Unit
Clifton House, 75 – 77 Worship StreeT, London, EC2A 2DU, United Kingdom
Tel. +44 2038662498, Email: WELCPOD-procurement@nelcsu.nhs.uk
VI.4.2) Body responsible for mediation procedures:
NEL Commissioning Support Unit
Clifton House, 75 – 77 Worship Street, London, EC2A 2DU, United Kingdom
Tel. +44 2038662498, Email: WELCPOD-procurement@nelcsu.nhs.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
NEL Commissioning Support Unit
First Floor Clifton House, 75 – 77 Worship Street, London, EC2A 2DU, United Kingdom
Tel. +44 2038662498, Email: WELCPOD-procurement@nelcsu.nhs.uk
Internet address: www.nelcsu.nhs.uk
VI.5) Date Of Dispatch Of This Notice: 03/08/2016
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
London Borough of Newham
Newham Dockside, 1000 Dockside Road, London, E16 2QU, United Kingdom
Email: Claire.Bridge@newham.gov.uk
Main Address: www.newham.gov.uk
NUTS Code: UKI12