Tender for Dementia Services in London
Waltham Forest Dementia Outreach and Support Service.
United Kingdom-London: Health services
2016/S 090-159584
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Kirkdale House, 7 Kirkdale Road, Leytonstone
London
E11 1HP
UNITED KINGDOM
Contact person: Jean-Claude Simba
Telephone: +44 2036882498
E-mail: welcpod-procurement@nelcsu.nhs.uk
NUTS code: UKI21
Internet address(es):
Main address: http://nww.nelcsu.nhs.uk
Address of the buyer profile: http://www.walthamforestccg.nhs.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Waltham Forest Dementia Outreach and Support Service.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
To procure a quality service that meet the needs of people newly diagnosed with dementia and their families through signposting, practical advice and onward referral to services. The service will provide timely support immediately after a person receives their diagnosis and the successful provider will be aware of the legal, practical and emotional issues that the person or their family will be facing. The successful provider will have a good understanding of dementia and how this impacts on the life of an individual and their family. They will additionally be able to signpost people and their families to the support they will require immediately and in the future, providing advice and access to activities that will be of benefit to the person with dementia and their family.
The contract value is 170 000 GBP-200 000 GBP per annum (850 000 GBP-1 000 000 GBP over 5 (3+2) years).
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Outer London — East and North East.
II.2.4)Description of the procurement:
NHS Waltham Forest CCG is seeking to commission an organisation that will support the delivery of the Dementia Outreach and Advisor service. The service will be delivered and based in Waltham Forest and managed locally.
The aim of the procurement is to procure a quality service that meet the needs of people newly diagnosed with dementia and their families through signposting, practical advice and onward referral to services. The service will provide timely support immediately after a person receives their diagnosis and the successful provider will be aware of the legal practical and emotional issues that the person or their family will be facing. The successful provider will have a good understanding of dementia and how this impacts on the life of an individual and their family. They will additionally be able to signpost people and their families to the support they will require immediately and in the future, providing advice and access to activities that will be of benefit to the person with dementia and their family.
The Provider shall note that the Service is comprised of 3 components with individual aims (See service specification). The Provider shall ensure that each component meets industry standards in training and staff management, and compliance with relevant national and local guidance and legislation. The components are: Dementia Outreach Service, Dementia Support Manager and Dementia Advisors.
The envisaged duration of the contract is 3 years with the possibility to extend to 2 years.
The contract value is 170 000 GBP-200 000 GBP per annum (850 000 GBP-1 000 000 GBP over 5 (3+2) years).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension.
II.2.10)Information about variants
II.2.11)Information about options
Option to extend the contract for 2 years.
II.2.13)Information about European Union funds
II.2.14)Additional information
The services to which this requirement relates fall within schedule 3 of the 2015 Public Contracts Regulations (the Regulations). Whilst the Regulations will apply to this procurement, the procurement procedure will be undertaken in accordance with regulations 74 to 76 (inclusive) of part 2, Chapter 3, Section 7 of the Regulations, which comprise the Cabinet Office’s Light Touch Regime.
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 16:00 on 7.6.2016. Responses received after the deadline will not be considered.
Submission of the tenders will be via the Pro-Contract e-tendering system: https://www.supplying2nhs.com
Supplier register, login, complete the tender response documentation electronically and submit them via Pro-contract e-tendering portal.
Tenders received after the deadline may not be considered. It is anticipated that bidders will be invited to attend an interview/presentation at end of June/beginning July, subject to confirmation.
Please note that any communication from NEL Commissioning Support Unit or CCG regarding this tender will be via Pro-contract discussion board. Bidders must use Pro-contract discussion board for their communications with NEL Commissioning Support Unit or CCG regarding procurement.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
N/A.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
2021.
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=201046947
GO Reference: GO-201656-PRO-8169431.
VI.4.1)Review body
Clifton House, 75-77 Worship Street
London
EC2A 2DU
UNITED KINGDOM
Telephone: +44 2038662498
E-mail: WELCPOD-procurement@nelcsu.nhs.uk
VI.4.2)Body responsible for mediation procedures
Clifton House, 75-77 Worship Street
London
EC2A 2DU
UNITED KINGDOM
Telephone: +44 2036882498
E-mail: WELCPOD-procurement@nelcsu.nhs.uk
VI.4.4)Service from which information about the review procedure may be obtained
First Floor Clifton House, 75-77 Worship Street
London
EC2A 2DU
UNITED KINGDOM
Telephone: +44 2036882498
E-mail: WELCPOD-procurement@nelcsu.nhs.ukInternet address:http://www.nelcsu.nhs.uk/
VI.5)Date of dispatch of this notice:
Related Posts
Leeds Sensory Impairment Support Service
Healthy Child Programme Buckinghamshire