London Boroughs of Richmond and Wandsworth: Health Visiting Service

  London Boroughs of Richmond and Wandsworth has published this notice through Delta eSourcing

Notice Summary
Title: Health Visiting Service
Notice type: Contract Award Notice
Authority: London Boroughs of Richmond and Wandsworth
Nature of contract: Services
Procedure: Open
Short Description: The 0 - 5 years Health Visiting Service (HVS) is a mandated service and the key delivery agent of the Department of Health’s (DOH) Healthy Child Programme (HCP) for children pre-birth to 5 years of age. The HVS ensures that every new mother and child has access to a Health Visitor, appropriate developmental checks, support and information about issues such as parenting and immunisation. The service also supports families with greater needs, providing support for parents with as post-natal depression, support for healthy weaning and sleepless children.
Published: 21/09/2017 15:46

View Full Notice

UK-London: Health and social work services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       London Borough of Wandsworth
       Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
       Tel. +44 2088917580, Email: T.Adelano@richmond.gov.uk
       Main Address: www.wandsworth.gov.uk, Address of the buyer profile: www.delta-esourcing.com
       NUTS Code: UKI34

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: London Borough of Richmond upon Thames
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Health Visiting Service            
      Reference number: CPT/PA1993

      II.1.2) Main CPV code:
         85000000 - Health and social work services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The 0 - 5 years Health Visiting Service (HVS) is a mandated service and the key delivery agent of the Department of Health’s (DOH) Healthy Child Programme (HCP) for children pre-birth to 5 years of age. The HVS ensures that every new mother and child has access to a Health Visitor, appropriate developmental checks, support and information about issues such as parenting and immunisation. The service also supports families with greater needs, providing support for parents with as post-natal depression, support for healthy weaning and sleepless children.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 51,667,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            85100000 - Health services.
            85323000 - Community health services.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
      UKI75 - Hounslow and Richmond upon Thames
   
      Main site or place of performance:
      Wandsworth
      Hounslow and Richmond upon Thames
             

      II.2.4) Description of the procurement: The aim of this procurement is to appoint a single Service Provider who will operate the Health Visiting Service across the two boroughs and is expected to deliver a consistent, high quality service to all resident families with children under five.
The Authorities reserve the right to vary the contract during the contract period, including any periods of extension to include within the scope of the service the provision of School Nursing Services (Healthy Child Programme 5 – 19 years and National Child Measurement Programme (NCMP)) in accordance to the Public Contract Regulations. Please refer to the procurement documents.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 40
                  
      Cost criterion - Name: Price / Weighting: 60
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:Option for the Authorities to extend the contract as set out within tender documentation.

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


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       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2017/S 49-89937
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/08/2017

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Central London Community Healthcare NHS Trust
             15 Marylebone Road, Ground Floor, London, NW1 5JD, United Kingdom
             NUTS Code: UKI7
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 51,667,000          
         Total value of the contract/lot: 49,445,165
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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=279685700

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court
          Royal Courts of Justice, The Strand, London, London, WC1A 2LL, United Kingdom
          Tel. +44 20794760000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Applicants who are unsuccessful shall be informed by the relevant Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2015 No. 102) provide for aggrieved parties who have been harmed or ate at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Authorities to amend any document and may award damages.

If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the relevant authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 21/09/2017

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       London Borough of Richmond upon Thames
       Civic Centre, 44 York Street, Twickwenham, TW1 3BZ, United Kingdom
       Tel. +44 208917580, Email: T.Adelano@richmond.gov.uk
       Contact: Taiwo Adelano
       Main Address: www.richmond.gov.uk, Address of the buyer profile: www.delta-esourcing.com
       NUTS Code: UKI75



View any Notice Addenda

View Award Notice