Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Midlands and Lancashire CSU on behalf of NHS Telford and Wrekin Clinical Commissioning Group
Heron House, 120 Grove Road
Stoke-on-Trent
ST4 4LX
UK
Contact person: Hayley Smith
Telephone: +44 1216121500
E-mail: h.smith27@nhs.net
NUTS: UKG23
Internet address(es)
Main address: https://mlcsu.bravosolution.co.uk
I.1) Name and addresses
NHS Telford and Wrekin Clinical Commissioning Group
Halesfield, Halesfield 6
Telford
TF7 4BF
UK
Contact person: Hayley Smith
E-mail: h.smith27@nhs.net
NUTS: UKG21
Internet address(es)
Main address: https://telfordccg.nhs.uk/
I.2) Joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://bravosolution.co.uk
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
Individual Placement Support Services for NHS Telford and Wrekin CCG
Reference number: STW-19-04
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS Midlands and Lancashire CSU are conducting this procurement on behalf of NHS Telford and Wrekin CCG.
The purpose of this procurement is to secure a service provider to deliver individual placement support (IPS) Services to the Telford and Wrekin Council geographical area.
II.1.5) Estimated total value
Value excluding VAT:
689 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79610000
85000000
85300000
II.2.3) Place of performance
NUTS code:
UKG21
II.2.4) Description of the procurement
NHS Midlands and Lancashire CSU are conducting this procurement on behalf of NHS Telford and Wrekin CCG.
This invitation to tender provides information pertaining to the procurement for individual placement support (IPS) services. The purpose of this procurement is to secure a service provider to deliver individual placement support (IPS) services to the Telford and Wrekin Council geographical area.
— Telford and Wrekin Clinical Commissioning Group (http://www.telfordccg.nhs.uk)
NHS Telford and Wrekin CCG have been awarded funding by NHS England to be used for partnering with local employment services to deliver a new individual placement service (IPS).The service would aim to receive 130 referrals over a period of approx 15 months.
An appropriately staffed IPS employment service in the Telford and Wrekin geographical area for secondary mental health services, will ensure:
— the development of a consistent, fidelity reviewed IPS employment service in Telford and Wrekin,
— more than doubling the number of people being supported into employment,
— improved partnership working, connectivity to STP transformation planning, data and performance monitoring, and improved links across the system,
— increased integration with the Mental Health Trust to ensure that the service can achieve a fidelity rating of 'good'.
The contract will be initially for a 15 month period with the option to extend for up to a further 24 months. Please note any extension is reliant on the service being self-sufficient. The funding available is 343 000,00 GBP over the initial contract period, future funding cannot be guaranteed.
The successful provider will be required to sign the NHS standard contract for the service and accept all terms and conditions.
The service model being procured is a standard know model currently being delivered by providers across the United Kingdom.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
689 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 15
This contract is subject to renewal: Yes
Description of renewals:
The contract will be initially for a 15 month period with the option to extend for up to a further 24 months. Please note any extension is reliant on the service being self-sufficient. The funding available is 343 000,00 GBP over the initial contract period, future funding cannot be guaranteed.
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Information and formalities necessary for evaluating if the requirements are met: any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the Court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgement which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/
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:
23/09/2019
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:
23/09/2019
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
If and when this requirement is offered to tender, this will be done via electronic means using the internet. Midlands and Lancashire CSU is conducting this procurement exercise as a central purchasing body for another NHS body with whom the successful bidder(s) will enter into contracts for the supply of the services. Any other public sector body wishing to access the contract may do so only with permission from the contracting NHS body.
The contract conditions will be set out in the invitation to tender. Further details will be made available via documentation and information released during the course of the tender process.
This exercise will be conducted on the Midlands and Lancashire CSU portal at https://mlcsu.bravosolution.co.uk
(i) candidates should register on the portal at https://mlcsu.bravosolution.co.uk (registration and use of the website is free of charge). If your organisation has registered previously, you do not need to re-register;
(ii) once registered, candidates must submit your reply on the website and by email by the deadline stated. For technical support in submitting your expression of interest contact the BravoSolution Help-desk on+448003684850 or E-mail: help@bravosolution.co.uk
Light Touch Regime services: this procurement is for clinical services which are light touch regime services for the purpose of the Public Contracts Regulations 2015 as specified in schedule 3 of the Regulations (‘Regulations’). Accordingly, the contracting authorities are only bound by those parts of the regulations detailed in Chapter 3 Particular Procurement Regimes Section 7. The contracting authorities are not voluntarily following any other part of the Regulations. The procedure which the contracting authorities are following is set out in the MOI.
As the CCG is a relevant body for the purpose of the national health service (procurement, patient choice and competition) (No 2) Regulations 2013 these regulations also apply to this procurement.
VI.4) Procedures for review
VI.4.1) Review body
NHS Telford and Wrekin Clinical Commissioning Group
Halesfield 6, Halesfield
Telford
TF7 4BF
UK
E-mail: francessutherland@nhs.net
VI.5) Date of dispatch of this notice
23/08/2019