Tender for Sexual Assault Referral Centre in Surrey
NHS E South (South East) – Provision of a Sexual Assault Referral Centre (SARC) to the Surrey area.
United Kingdom-Tonbridge: Health and social work services
2016/S 167-301272
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
NHS Commissioning Board (NHS England South (South East))
Wharf House, Medway Wharf Road
Contact point(s): via In-Tend eTendering system, UKJ23
For the attention of: Phil Fear
TN9 1RE Tonbridge
United Kingdom
E-mail: Phil.Fear@swcsu.nhs.uk
Internet address(es):
General address of the contracting authority: http://www.england.nhs.uk/
Address of the buyer profile: https://in-tendhost.co.uk/scwcsu/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 UKJ23
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)
In April 2013, NHS England became responsible for the commissioning of SARCs. A SARC provides services to victims of rape or sexual assault regardless of whether the victim reports the offence to the police or not. SARCs provide immediate medical care and support for victims of sexual violence, with onward referral to other health and social care services. SARCs can see both recent victims and victims whose experiences were in the past, and can offer victims the opportunity to assist in a police investigation of their crime, including undergoing a forensic medical examination. The Surrey SARC also provides services for children and young people in partnership with community providers across Surrey.
The Surrey SARC is commissioned by NHS England under an NHS Standard Contract, working with the Surrey Office of the Police and Crime Commissioner and other commissioning and provider partners to enable the delivery of Sexual Assault Services. These activities are coordinated from the local Sexual Exploitation and Assault Management Board.
Contracts will be for an initial term of 3 years, with a possible extension of any period up to a further 2 years, as defined and at the discretion of the Commissioner. Services are planned to commence from 1.6.2017.
A prior information/market engagement notice was published in relation to this procurement in June 2016, seeking expressions of interest. Please note that this previous notice was an information gathering exercise rather than a call for competition in its own right. Although those who responded to that notice will be advised that this contract notice has been published, there will be no process exemptions or preferential treatment afforded to any parties who expressed an interest at that stage.
NHS England will not be liable for costs incurred by any interested party in participating in this process.
Interested parties who wish to take part in the procurement are invited to take part in an Invitation To Tender (ITT) process, based on the Open procedure, and designed to identify the Most Economically Advantageous Tender and therefore determine the incoming provider.
The procurement will be conducted via the In-Tend portal, and can be accessed via either:
— the ‘current tenders’ list on https://in-tendhost.co.uk/scwcsu/aspx/Home
— following this direct link: https://in-tendhost.co.uk/scwcsu/aspx/ProjectManage/254
In order to access the tender documentation, you will need to ‘express an interest’ and register on the system for full access. Bidders are required to respond to questions directly within In-Tend and attach any requested documents separately to the placeholders provided.
All ITT responses must be returned by 12:00 on 12.10.2016.
The Services are healthcare services within the meaning and scope of Annex XIV of Directive 2014/24/EU of the European Parliament and of the Council (the Directive) and Schedule 3 to the Public Contract Regulations 2015 (the Regulations). The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.
Neither the inclusion of a bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority (Open, Restricted, Competitive Procedure with Negotiation, Competitive Dialogue or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations. The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 (the Regulations) which are not subject to the full regime of the Regulations, but is instead governed by the Light Touch Regime contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
II.1.6)Common procurement vocabulary (CPV)
85000000, 85100000
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:
Range: between 1 715 000 and 2 845 000 GBP
II.2.2)Information about options
Description of these options: Contracts will be for an initial term of three years, with a possible extension of any period up to a further 2 years, as defined and at the discretion of the Commissioner.
II.2.3)Information about renewals
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
III.2.2)Economic and financial ability
III.2.3)Technical capacity
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
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
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
Section VI: Complementary information
VI.2)Information about European Union funds
VI.3)Additional information
Neither the inclusion of a bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority (Open, Restricted, Competitive Procedure with Negotiation, Competitive Dialogue or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations. The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 (the Regulations) which are not subject to the full regime of the Regulations, but is instead governed by the Light Touch Regime contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
1) Name, addresses and contact point(s)
Official name: documents via https://in-tendhost.co.uk/scwcsu/aspx/Home
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
Southend-on-Sea Borough Council Domestic Abuse Support Services
Tender for Domestic Violence Refuges
South Lanarkshire Council Domestic Abuse Service 2016
Provide Counselling Services to Teesside University