Speech and Language Therapy Services Norfolk
To let a single contract for the provision of a speech and language service for 0 to 19 year olds, to cover Norfolk.
United Kingdom-Norwich: Health and social work services
2015/S 146-269176
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Norfolk County Council
RM 117 County Hall, Martineau Lane
For the attention of: Annie Southgate
NR1 1DH Norwich
UNITED KINGDOM
E-mail: sourcingteam@norfolk.gov.uk
Internet address(es):
General address of the contracting authority: www.norfolk.gov.uk
Address of the buyer profile: www.In-Tendhost.co.uk
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
The contracting authority is purchasing on behalf of other contracting authorities: yes
North Norfolk Clinical Commissioning Group, Norwich Clinical Commissioning Group, South Norfolk Clinical Commissioning Group and West Norfolk Clinical Commissioning Group
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 UKH13
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, 80000000, 85323000, 80340000
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:
Estimated value excluding VAT:
Range: between 3 943 225 and 7 084 625 GBP
II.2.2)Information about options
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.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: See tender document.
III.2.3)Technical capacity
See tender document.
Minimum level(s) of standards possibly required:
See tender document.
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
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: 2015/S 99-179972 of 23.5.2015
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
1.Timeline -The Council is aiming to award this contract on 29.9.2015 with up to 6 months for transition. The contract start date will therefore be 4.4.2016.
2.Further to Paragraph 3 of the Best Value Statutory Guidance issued by the Secretary of State for Local Government in September 2011, the Council and the CCGs consulted current and potential providers, education and health professionals and service users of these services about options for the future delivery of the service and to explore plans further and to discuss how best to integrate social, environmental and economic considerations into the procurement in line with the Public Sector (Social Value) Act 2012. If you are interested in this opportunity, please register on our e-tendering system In-Tend (http://In-Tendhost.co.uk/norfolkcc) and express an interest against NCCT40793 SaLTS.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: