Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Cheshire East Borough Council
Delamere House
Crewe
CW1 2LL
UK
Contact person: Ms Tracy Roberts
Telephone: +44 1270686973
E-mail: tracy.roberts@cheshireeast.gov.uk
NUTS: UKD62
Internet address(es)
Main address: http://www.cheshireeast.gov.uk/
Address of the buyer profile: http://www.cheshireeast.gov.uk/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Cheshire East Paediatric Speech, Language & Communication Service
Reference number: DN742781
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
The service endeavours to support the children and young people in Cheshire East receiving
Speech and Language Therapy to be their best and improve their communication skills. With
the aim of improving the emotional health and well-being for children and young people by
providing a speech, language and communication support that helps them to achieve their
potential.
The whole system service delivery is outcomes based and recognises and builds on the
strengths of children, young people and their families. The service will ensure that service
delivery is provided through one provider only across Cheshire East, this will ensure
complete consistency of service provision for all the children, young people and families
within the borough.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
18 750 920.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKD62
II.2.4) Description of the procurement
It is intended to award a contract to an existing provider following the competitive procedure for the provision of a Cheshire East Paediatric Speech, Language & Communication Service. This is an existing service and is for an initial period of 5 years.
The full term including optional extensions is 7 years and the lifetime value of the contract is £18,750,920
II.2.5) Award criteria
Quality criterion: Quality and innovation
/ Weighting: 40
Quality criterion: Integration, collaboration, and service sustainability
/ Weighting: 15
Quality criterion: Improving access, reducing health inequalities, and facilitating choice
/ Weighting: 15
Quality criterion: Social Value
/ Weighting: 10
Price
/ Weighting:
20
II.2.11) Information about options
Options:
Yes
Description of options:
The contract duration is for an initial period of 5 years from 1 April 2025 to 31 March 2030
with the option to extend for a further 2 x 12 months to 2032.
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 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:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-030474
Section V: Award of contract
Contract No: C2154
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/02/2025
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Mid Cheshire Hospitals NHS Foundation Trust (MCHFT)
Leighton Hospital
Crewe
CW1 4QJ
UK
NUTS: UKD62
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 18 750 920.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The standstill period begins on the 7th February 2025. Representations by providers must be made to the authority between between Monday 10th February and before midnight on the 18th of February 2025. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.
Written representations should be sent via the messaging section of the Chest portal in Project reference: DN742781
The decision to award was made by the Executive Director of Children’s Services based upon the highest ranked provider scored against the stated key criteria within the tender documents.
There were no declared conflicts or potential conflicts of interest.
Through the assessment of their submission, the provider meets each of the key criteria listed as part of the PSR process.
Standout Points:
1. Quality / innovation - Unique motivational approach to staff performance, the upskilling of staff and support with integration.
2. Value - Price reflective of the Early Help and Digital offer provided for in the widened service delivery model.
3. Integration, collaboration and service sustainability - The development of capacity and demand algorithms to support workforce planning demonstrating service continuity and sustainability.
4. Improving access, reducing health inequalities and facilitating choice - Wide range of engagement and methods of gathering feedback demonstrated to further develop the service. Increase in access via the use of clinics within family hubs.
5. Social value - The service uses innovative ways to communicate key topics to staff. Implemented an Apprentice Strategy actively working with local education providers to support the development of staff.
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
06/02/2025