Provide Health Services to Children and Young People
Specialist and Targeted Children and Young People’s Community Health Service.
United Kingdom-St Austell: Health and social work services
2015/S 048-083687
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
NHS Kernow Clinical Commissioning Group
Sedgemoor Centre, Priory Road
For the attention of: Mark Harding, Clinical Procurement Manager, South West Commissioning Support
PL25 5AS St Austell
UNITED KINGDOM
Telephone: +44 7717808055
E-mail: clinical.procurement@swcsu.nhs.uk
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/swcsu/aspx/Home
Address of the buyer profile: https://in-tendhost.co.uk/swcsu/aspx/Home
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 25: Health and social services
NUTS code UKK30
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
85000000, 85140000, 85100000, 85121291, 85323000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
— Child and Adolescent Specialist Mental Health Service (excludes Children in Care psychology service, and includes a range of Consultants, psychologists, nurses and therapists);
— Primary Mental Health Worker Service;
— Children’s Eating Disorder Services;
— Special Parenting (includes Clinical Psychology);
— Child Health Development Service (incorporating community paediatricians which includes Consultant Community Paediatricians and other doctor grades as well as the Designated Doctor roles for Safeguarding; Looked After Children and Designated Medical Advisor Adoption and Fostering and the Designated Doctor Child Death and Named Doctor for Child Death Review and forensic examinations for under 18 year olds at the Sexual Abuse and Rape Centre), Designated Medical Officer for Send;
— Autism Spectrum Disorder Diagnostic Service (includes Occupational Therapy, Speech and Language Therapy, Consultant Psychiatrist and Clinical Psychology input);
— Community Paediatric Occupational Therapy;
— Community Paediatric Dietetics;
— Community Paediatric Obesity service;
— Speech and Language Therapy;
— Community Specialist Epilepsy Nursing;
— Community Paediatric Physiotherapy;
— Learning Disability Service (including Learning Disability Nurses, Clinical Psychology and Occupational Therapy);
— Diana Nursing Service (including Clinical Psychology Support);
— Specialist Paediatric Continence Service;
— Vulnerable Children’s Nursing Service (includes Looked After Children and Youth Offending Nursing Team);
— Community Children’s Nursing;
— Nursing in Special Schools;
— Nurse Liaison (Acute Liaison);
— Consumables and some equipment for above services.
Estimated value excluding VAT: 37 500 000 GBP
II.2.2)Information about options
Description of these options: Contracts will be for an initial term of 3 years, with a possible extension of any period up to a further 24 months.
II.2.3)Information about renewals
Number of possible renewals: 1
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: NHS Kernow Clinical Commissioning Group will also be utilising the supplier information database (SID4Gov) to manage and assess general pre-qualification information in the form of a profile. As well as responding to the tender via In-Tend, candidates are requested to provide or update their profile on the SID4Gov as follows:
a) candidates should register on SID4Gov at https://sid4gov.cabinetoffice.gov.uk/ by clicking on the ‘Register forsid4gov’ option listed under ‘Join Us’;
b) to continue with the registration process Suppliers must have a current DUNS Number. If a Supplier does not have a DUNS Number there is a link to the DandB UK website to request a DUNS Supplier Number;
c) Suppliers who already have a published profile on SID4Gov must confirm that information is up to date;
i) candidates should ensure all relevant sections of their SID4Gov profile are completed to demonstrate their ability to meet the short listing criteria applicable to this contract. Where access to SID4Gov is unavailable, please contact SID4Gov Support Centre on +44 8452992994.
Please note all responses to OJEU should be made through In-tend e-sourcing system – registration is required on SID4GOV To update or provide company profiles only.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As per III.2.1 above.
III.2.3)Technical capacity
As per III.2.1 above.
Minimum level(s) of standards possibly required:
As per III.2.1 above.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2014/S 225-397734 of 21.11.2014
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Regulation 120 of the 2015 Regulations exempt CCGs from the requirements of the new regulations for the procurement of healthcare services commenced before 18.4.2016.
Therefore, the Public Contracts Regulations 2006 (as amended) (the 2006 Regulations) together with NHS (Procurement, Patient Choice and Competition) (No. 2) Regulations 2013 remain relevant and apply to the conduct of this procurement exercise.
Accordingly, the CCG is voluntarily advertising this requirement in the OJEU given the flexibilities applying to Part B services under the 2006 Regulations. The CCG intends to conduct a negotiated procedure similar to the form of competition set out in the 2006 Regulations. However, the CCG in procuring a Part B services contract is not bound by many of the formalities of the 2006 Regulations and reserves the right to vary the form and manner of the competition accordingly.
To receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register your interest to this tender on the following site:
https://in-tendhost.co.uk/swcsu/aspx/Home
The contract will commence on 1.4.2016 for a 3 year period with the option to extend for any period up to 24 months.
VI.4.2)Lodging of appeals
Unsuccessful tenderers and applicants will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the tenderer/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 32 and Regulation 47 of the 2006 Regulations.
VI.5)Date of dispatch of this notice: