Telford & Wrekin Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Healthy Child Programme (0-19) Services |
Notice type: | Contract Notice |
Authority: | Telford & Wrekin Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Telford & Wrekin Council wishes to procure a seamless 0-19 Healthy Child Programme (HCP) and seeks a Provider that is committed to designing and delivering a forward thinking service that is able to achieve the aims and objectives of the service as set out in the service specification. Service delivery should therefore be underpinned by innovation, intelligence and best practice where a culture of continuous improvement is embedded throughout and co-production with families and stakeholders is business as usual. The Provider will utilise the expertise within the team to bring added value to the service. |
Published: | 04/09/2018 11:16 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Telford & Wrekin Council
Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
Tel. +44 1952383998, Email: martyna.migas@telford.gov.uk
Main Address: http://www.telford.gov.uk/
NUTS Code: UKG21
I.2) Joint procurement
The contract involves joint procurement: No.
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: http://www.delta-esourcing.com/tenders/UK-UK-Telford:-Health-and-social-work-services./85DMA79A46
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-UK-Telford:-Health-and-social-work-services./85DMA79A46 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
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Healthy Child Programme (0-19) Services
Reference Number: Not provided
II.1.2) Main CPV Code:
85000000 - Health and social work services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Telford & Wrekin Council wishes to procure a seamless 0-19 Healthy Child Programme (HCP) and seeks a Provider that is committed to designing and delivering a forward thinking service that is able to achieve the aims and objectives of the service as set out in the service specification. Service delivery should therefore be underpinned by innovation, intelligence and best practice where a culture of continuous improvement is embedded throughout and co-production with families and stakeholders is business as usual. The Provider will utilise the expertise within the team to bring added value to the service.
II.1.5) Estimated total value:
Value excluding VAT: 19,462,000
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:
UKG21 Telford and Wrekin
II.2.4) Description of procurement: Key strategic aims of this procurement and subsequent service are:
•To improve health and wellbeing outcomes and reduce inequalities for children, young people and families through the delivery of the HCP (0-19 years) service as an integrated multi-agency approach to supporting and empowering children and families.
•To work in partnership with partner agencies and communities to respond to varying local needs across the HCP domains. The Service will identify needs early and provide the appropriate tailored support (e.g. HCP Service, Voluntary, Community and Social Enterprise organisations, Health Improvement team) in a timely manner in order to prevent needs from escalating therefore reducing demand on specialist provision.
•To provide expert advice, guidance and support to ensure that every child gets the best start they need to lay the foundations of a healthy life
•To improve outcomes for children, young people and their families and reduce inequalities between families in greatest need and their peers in:
-child development and school readiness;
-parenting aspirations and parenting skills; and
-child and family health and life chances
This procurement is for Social and Other Specific Services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations. Accordingly the Council will follow a process based on the principles of transparency. The Council will treat all economic operators equally and in a non-discriminatory way.
Bidders should note that it is considered that the Employee ‘Transfer of Undertakings (Protection of Employment) Regulations ‘2006 (‘TUPE’) will apply to this contract. Bidders are advised to seek their own legal advice regarding these matters.
The contract will be for an initial period of 5 years commencing on the 1st April 2019 with the option to extend for a further period of up to 2 years exercisable by the Local Authority.
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: 19,462,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Initial Contract length is 5 years (60 months) with an option to extend for a further period of up to 2 years (24 months).
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: Initial Contract length is 5 years (60 months) with an option to extend for a further period of up to 2 years (24 months).
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
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
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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
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 OPEN
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: 04/10/2018 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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 04/10/2018
Time: 12:01
Place:
Telford & Wrekin Council
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Telford:-Health-and-social-work-services./85DMA79A46
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/85DMA79A46
VI.4) Procedures for review
VI.4.1) Review body:
Telford & Wrekin Council
Telford, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 04/09/2018
Annex A