Lived Experiences Services Framework – Window 1
Lot 1: Health and Justice Sector, Lot 2: Armed Forces Sector, Lot 3: Sexual Assault Services, Lot 4: Children and Young Person’s Services.
United Kingdom-Leeds: Health and social work services
2020/S 144-356061
Social and other specific services – public contracts
Prior information notice – This notice is a call for competition
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
National registration number: na
Postal address: Quarry House, Quarry Hill
Town: Leeds
NUTS code: UK UNITED KINGDOM
Postal code: LS2 7UE
Country: United Kingdom
Contact person: Camilla Ball, Head of Procurement
E-mail: agcsu.southprocurement@nhs.net
Address of the buyer profile: https://www.england.nhs.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Lived Experiences Services Framework (WINDOW 1)
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
NHS England and NHS Improvement (NHSE&I) (known as the Commissioners) are seeking suitably qualified providers to join a new framework for lived experiences. This project is being supported and run by NHS Arden and Greater East Midlands Commissioning Support Unit (AGCSU). A glossary has been included within the published tender and providers are encouraged to read this to ensure this notice is understood. You can access the tender free of charge with no commitment to respond. This is Window 1. Other Windows are anticipated at later dates and are to be confirmed. The framework is currently being advertised to providers who are or can provide lived experience services in the following specialties:
Lot 1: Health and Justice Sector,
Lot 2: Armed Forces Sector,
Lot 3: Sexual Assault Services,
Lot 4: Children and Young Person’s Services.
Although other Windows are expected, providers are encouraged to apply now so as to be able to take part in following call-off procedures.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Health and Justice Sector
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
England only.
II.2.4)Description of the procurement:
This framework will be used to obtain service provision from in the future via ‘call-offs’; It is anticipated that ‘call-offs’ (mini-competitions and direct awards, where allowed) would be undertaken to engage these then framework members in providing services. These ‘call-offs’ would include further descriptions of the exact services to be commissioned.
II.2.6)Estimated value
II.2.7)Duration of the contract or the framework agreement
II.2.13)Information about European Union funds
II.2.1)Title:
Armed Forces Sector
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This framework will be used to obtain service provision from in the future via ‘call-offs’; It is anticipated that ‘call-offs’ (mini-competitions and direct awards, where allowed) would be undertaken to engage these then framework members in providing services. These ‘call-offs’ would include further descriptions of the exact services to be commissioned.
II.2.7)Duration of the contract or the framework agreement
II.2.13)Information about European Union funds
II.2.1)Title:
Sexual Assault Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This framework will be used to obtain service provision from in the future via ‘call-offs’; It is anticipated that ‘call-offs’ (mini-competitions and direct awards, where allowed) would be undertaken to engage these then framework members in providing services. These ‘call-offs’ would include further descriptions of the exact services to be commissioned.
II.2.7)Duration of the contract or the framework agreement
II.2.13)Information about European Union funds
II.2.1)Title:
Children and Young Person’s Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This framework will be used to obtain service provision from in the future via ‘call-offs’; It is anticipated that ‘call-offs’ (mini-competitions and direct awards, where allowed) would be undertaken to engage these then framework members in providing services. These ‘call-offs‘ would include further descriptions of the exact services to be commissioned.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.4)Objective rules and criteria for participation
To register on the portal:
— https://uk.eu-supply.com/login.asp?B=UK
— from the portal Home Page, click the ‘New Supplier Registration’ link on the left if you have not registered before, or log in on the right if your organisation is already registered (please note the portal will not allow multiple registrations for the same organisation so if your company already has log in details, these must be utilised);
— by registering, or logging in you are accepting the terms and conditions for using the portal.
If you require technical support in submitting your expression of interest, please contact:
• 0800 840 2050 during working hours only (8.00 to 17.00).
III.2.2)Contract performance conditions:
Main criteria published in tender.
Guarantees as to performance and financing of service contracts that are purchased via this framework may be required by the contracting authority.
Section IV: Procedure
IV.1.1)Form of procedure
IV.1.3)Information about framework agreement
IV.1.11)Main features of the award procedure:
Providers must apply to be a framework member as stated in the tender documentation, by satisfactory (deemed by evaluation by the contracting authority) completion of the specified qualification questionnaire.
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate / Time limit for receipt of expressions of interest
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.4.1)Review body
Postal address: 60 East Street, St Johns House
Town: Leicester
Postal code: LE1 6NB
Country: United Kingdom
E-mail: agcsu.southprocurement@nhs.net
VI.4.2)Body responsible for mediation procedures
Postal address: 60 East Street, St Johns House
Town: Leicester
Postal code: LE1 6NB
Country: United Kingdom
E-mail: agcsu.southprocurement@nhs.net
VI.4.4)Service from which information about the review procedure may be obtained
Postal address: 60 East Street, St Johns House
Town: Leicester
Postal code: LE1 6NB
Country: United Kingdom
E-mail: agcsu.southprocurement@nhs.net
VI.5)Date of dispatch of this notice: