Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

1. Kernow CCG — Specialist and Targeted Children and Young People's Community Health Service.

  • First published: 10 March 2015
  • Last modified: 10 March 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
NHS Kernow CCG
Authority ID:
AA0087
Publication date:
10 March 2015
Deadline date:
16 April 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The new Specialist and Targeted Community Health Service for Children and Young People covers a broad range of health and well-being services which support the physical and mental health needs of children and young people up to their 18th birthday. Each child is unique and has individual health needs which are likely to change across their lifetime. The need for a specialist or targeted health service may be in response to these wide ranging needs, which may arise from congenital or acquired physical and learning disabilities, chronic conditions, acute episodes of illness or injury or emotional and mental health problems.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


NHS Kernow Clinical Commissioning Group

Sedgemoor Centre, Priory Road

St Austell

PL25 5AS

UK

Mark Harding, Clinical Procurement Manager, South West Commissioning Support

+44 7717808055

clinical.procurement@swcsu.nhs.uk


https://in-tendhost.co.uk/swcsu/aspx/Home

https://in-tendhost.co.uk/swcsu/aspx/Home
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

1. Kernow CCG — Specialist and Targeted Children and Young People's Community Health Service.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

25

II.1.2)

Main site or location of works, place of delivery or performance



UKK30

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The new Specialist and Targeted Community Health Service for Children and Young People covers a broad range of health and well-being services which support the physical and mental health needs of children and young people up to their 18th birthday. Each child is unique and has individual health needs which are likely to change across their lifetime. The need for a specialist or targeted health service may be in response to these wide ranging needs, which may arise from congenital or acquired physical and learning disabilities, chronic conditions, acute episodes of illness or injury or emotional and mental health problems.

II.1.6)

Common Procurement Vocabulary (CPV)

85000000
85140000
85100000
85121291
85323000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Unchecked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Services in 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.

37 500 000
GBP

II.2.2)

Options

Contracts will be for an initial term of 3 years, with a possible extension of any period up to a further 24 months.

Provisional timetable for recourse to these options

Number of possible renewals

1

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

36

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Parent company and other guarantees may be required in certain circumstances see the invitation to tender for further details.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

Joint and severable liability.

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


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 capacity


As per III.2.1 above.



As per III.2.1 above.


III.2.3)

Technical capacity


As per III.2.1 above.



As per III.2.1 above.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

No

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Unchecked box
Unchecked box Checked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

310

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Checked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

SWCSU/NHSKCCG/00000036/2015

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2014/S 225-397734 21-11-2014

Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 16-04-2015

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 16-04-2015

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

This is a procurement for healthcare services falling with Schedule 3 (Social and Other Specified Services) of the Public Contracts Regulation 2015 (the 2015 Regulations).

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)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

Precise information on deadline(s) for lodging appeals: NHS Kernow CCG intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 32 of the 2006 Regulations.

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.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 05-03-2015

Coding

Commodity categories

ID Title Parent category
85323000 Community health services Social services
85000000 Health and social work services Other Services
85100000 Health services Health and social work services
85140000 Miscellaneous health services Health services
85121291 Paediatric services Medical practice services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
clinical.procurement@swcsu.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.