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

Newham Integrated Children's Community Health Service.

  • First published: 06 August 2016
  • Last modified: 06 August 2016

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 Newham CCG
Authority ID:
AA37392
Publication date:
06 August 2016
Deadline date:
12 September 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Contracting Authority is not currently charged VAT for supply of these services as they are zero rated by HMRC.All bidders will be required to submit their bids inclusive of any VAT (should a supplier be required to pay VAT for any or part of the service then this cost must fall within the contract price submitted). . Bidders should seek independent advice on fulfilling their VAT obligations. The services to which this requirement relates is Schedule 3 of the Public Contracts Regulations 2015 (PCR 2015), Regulation 74 to 76 of the Regulations for Social and Other Specific Services of which this procurement for health services falls within. Whilst the Regulations will apply to this procurement, the procurement procedure will be undertaken in accordance with the new Light Touch Regime.

The services covered by the light touch regime are set out at Schedule 3 (Social and Other Specific Services) of PCR 2015. If the value of the Contract is over 589 148 GBP the Contracting Authority must advertise it in the OJEU, although there is flexibility as to the design of the remainder of the Procurement Process

The Commissioner is not voluntarily following any other part of the Regulations. The procedure that the Commissioner is following is as set out in the Invitation to Tender. The Process will be similar to Open Procedure process under the Regulations but, for avoidance of doubt, the commissioner is not running the Process as though the Open Procedure under the Regulations applies and so reserves the right to depart from that procedure at any point. The procurement will be advertised via OJEU and Contract Finder.

Interested organisations must express their interest by registering on Pro-Contract: https://www.supplying2nhs.com

Expressions of interests will be completed on submission of the Tender. The deadline for submitting a completed Tender is at 12 noon on 12.9.2016. Responses received after the deadline will not be considered.

Tenders received after the deadline may not be considered. It is anticipated that bidders will be invited to a clarification meeting if they are successful at the pass/fail stage.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Newham Clinical Commissioning Group

Unex Tower, 7 Station Street

London

E15 1DA

UK

Telephone: +44 2036881543

E-mail: WELCPOD-procurement@nelcsu.nhs.uk

NUTS: UKI12

Internet address(es)

Main address: http://www.newhamccg.nhs.uk

I.1) Name and addresses

London Borough of Newham

Newham Dockside, 1000 Dockside Road

London

E16 2QU

UK

E-mail: Claire.Bridge@newham.gov.uk

NUTS: UKI12

Internet address(es)

Main address: www.newham.gov.uk

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.supplying2nhs.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Newham Integrated Children's Community Health Service.

Reference number: —NELCSU/WELC/NH/HK/2015/00049

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Newham Clinical Commissioning Group and the London Borough of Newham wish to commission an Integrated Children's Community Health Service as part of our transformational joint commissioning approach.

The service is expected to provide an innovative Integrated Children's Community Health Service model, comprising (not an exhaustive list) community nursing, health visiting, continuing health care and complex care management, therapies (speech and language, occupational therapy, physiotherapy), community paediatrics, sleep services, post-diagnosis support, and screening and child development services for children and young people from 0 to 18 years old. The anticipated value of this 3 year contract is 39 939 284 GBP. The value range over the 3 year contract period is 27 957 500 GBP to 43 933 214 GBP

II.1.5) Estimated total value

Value excluding VAT: 39 939 284.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKI12


Main site or place of performance:

Inner London — East.

II.2.4) Description of the procurement

The Contracting Authority is not currently charged VAT for supply of these services as they are zero rated by HMRC.All bidders will be required to submit their bids inclusive of any VAT (should a supplier be required to pay VAT for any or part of the service then this cost must fall within the contract price submitted). . Bidders should seek independent advice on fulfilling their VAT obligations. The services to which this requirement relates is Schedule 3 of the Public Contracts Regulations 2015 (PCR 2015), Regulation 74 to 76 of the Regulations for Social and Other Specific Services of which this procurement for health services falls within. Whilst the Regulations will apply to this procurement, the procurement procedure will be undertaken in accordance with the new Light Touch Regime.

The services covered by the light touch regime are set out at Schedule 3 (Social and Other Specific Services) of PCR 2015. If the value of the Contract is over 589 148 GBP the Contracting Authority must advertise it in the OJEU, although there is flexibility as to the design of the remainder of the Procurement Process

The Commissioner is not voluntarily following any other part of the Regulations. The procedure that the Commissioner is following is as set out in the Invitation to Tender. The Process will be similar to Open Procedure process under the Regulations but, for avoidance of doubt, the commissioner is not running the Process as though the Open Procedure under the Regulations applies and so reserves the right to depart from that procedure at any point. The procurement will be advertised via OJEU and Contract Finder.

Interested organisations must express their interest by registering on Pro-Contract: https://www.supplying2nhs.com

Expressions of interests will be completed on submission of the Tender. The deadline for submitting a completed Tender is at 12 noon on 12.9.2016. Responses received after the deadline will not be considered.

Tenders received after the deadline may not be considered. It is anticipated that bidders will be invited to a clarification meeting if they are successful at the pass/fail stage.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

One 2 year extension.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Submission of the tenders will be via the Pro-Contract e-tendering system https://www.supplying2nhs.com. Bidders should register, login and complete the tender response documentation electronically and submit them via the Pro-contract e-tendering portal. Please note that any communication from NEL CSU or CCG regarding this tender will be via Pro-contract discussion board.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 12/09/2016

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 12/09/2016

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=204876607

GO Reference: GO-201683-PRO-8577027.

VI.4) Procedures for review

VI.4.1) Review body

NEL Commissioning Support Unit

Clifton House, 75 — 77 Worship Street

London

EC2A 2DU

UK

Telephone: +44 2038662498

E-mail: WELCPOD-procurement@nelcsu.nhs.uk

VI.4.2) Body responsible for mediation procedures

NEL Commissioning Support Unit

Clifton House, 75 — 77 Worship Street

London

EC2A 2DU

UK

Telephone: +44 2038662498

E-mail: WELCPOD-procurement@nelcsu.nhs.uk

VI.4.4) Service from which information about the review procedure may be obtained

NEL Commissioning Support Unit

First Floor Clifton House, 75 — 77 Worship Street

London

EC2A 2DU

UK

Telephone: +44 2038662498

E-mail: WELCPOD-procurement@nelcsu.nhs.uk

Internet address(es)

URL: www.nelcsu.nhs.uk

VI.5) Date of dispatch of this notice

03/08/2016

Coding

Commodity categories

ID Title Parent category
85100000 Health services Health and social work 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:
WELCPOD-procurement@nelcsu.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.