Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Birmingham Community Healthcare NHS Foundation Trust
1st Floor, Trust Headquarters, 3-Priestley Wharf, Holt Street
Birmingham
B7 4BN
UK
Contact person: Mrs Elizabeth Ratcliffe
E-mail: elizabeth.ratcliffe@bhamcommunity.nhs.uk
NUTS: UKG
Internet address(es)
Main address: http://www.bhamcommunity.nhs.uk
Address of the buyer profile: http://www.bhamcommunity.nhs.uk
I.1) Name and addresses
Black Country Partnership NHS Foundation Trust
Delta House, Delta Point, Greets Green Road, West Midlands
West Bromwich
B70 9PL
UK
Contact person: Mrs Elizabeth Ratcliffe
E-mail: elizabeth.ratcliffe@bhamcommunity.nhs.uk
NUTS: UKG
Internet address(es)
Main address: http://www.bcpft.nhs.uk
I.1) Name and addresses
Dudley & Walsall Mental Health Partnership NHS Foundation Trust
Trafalgar House ,47-49 King Street, West Midlands
Dudley
DY2 8PS
UK
Contact person: Mrs Elizabeth Ratcliffe
E-mail: elizabeth.ratcliffe@bhamcommunity.nhs.uk
NUTS: UKG
Internet address(es)
Main address: http://www.dwmh.nhs.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://procontract.due-north.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com
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
Occupational Health, Well-being Services, Physiotherapy ,Clinical Lab Servcies and Staff / Psychological Therapy Counselling.
Reference number: BCHC-16-0082
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
This procurement is to provide an Occupational Health and Well Being, Physiotherapy, Staff / Psychological Therapy Counselling and associated Clinical Laboratory services on a collaborative basis on behalf of the Transforming together Partnership comprising of Birmingham Community Healthcare NHS Foundation Trust ( BCHCFT) ,Black Country Partnership NHS Foundation Trust ( BCPFT ), Dudley & Walsall Mental Health Partnership NHS Trust (DWMH). Services will be divided into four individual Lots as identified and each Lot will have an affordability threshold which will be inclusive of value added tax per annum. A Prior Information Notice was published 13.6.17 ID 2017-079523 for these services reduced timescales will apply. TUPE has been identified for this service for Lots 1 and 4 .BCHCFT will be the lead Trust on behalf of the TCT Trusts.Modification and variations to the contract value and service Lots are to be included and as provided for in the specification.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The Procurement has been divided into Lots: Lot 1 Occupational health service only, Lot 2 Physiotherapy only, Lot 3 Clinical Laboratory services only and Lot 4 Confidential Staff and Psychological therapy Counselling only
Each Lot will be awarded on a sole supplier basis for all Trusts and there is a financial envelope for each service per annum. TUPE applies for Lots 1 and 4.
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1: Occupational Health Service ( core and optional )
II.2.2) Additional CPV code(s)
85147000
II.2.3) Place of performance
NUTS code:
UKG
II.2.4) Description of the procurement
Provision of Occupational Health Service ( core and optional ) to substantive and Trust Bank staff which comprise of a list of core and optional services
This Lot is subject to finanical threshold of 486 000 GBP inc vat per annum
TUPE will apply to this Lot.
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: 60
This contract is subject to renewal: Yes
Description of renewals:
The fixed contract period is 5 years ( 60 months ) and had the option to extend for two one year periods of uo to twelve months
The service will be re-newed either at the end of the fixed period or at the first or second optional year.
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:
Yes
Description of options:
The fixed contract period is 5 years ( 60 months ) and has the option to extend for two one year periods of up to twelve months.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Physiotherapy
II.2.2) Additional CPV code(s)
85142100
II.2.3) Place of performance
NUTS code:
UKG3
II.2.4) Description of the procurement
The provison of a rapid access Physiotherapy service.
The financial envelope is 145 000 GBP per annum inc vat
TUPE will not apply to this Lot.
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: 60
This contract is subject to renewal: Yes
Description of renewals:
The service will be re-newed either at the end of the fixed period or at the end of the first or second optional year.
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:
Yes
Description of options:
The fixed contract period is 5 years ( 60 months ) and had the option to extend for two one year periods of up to twelve months.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Clincal Laboratory services
II.2.2) Additional CPV code(s)
71900000
II.2.3) Place of performance
NUTS code:
UKG3
II.2.4) Description of the procurement
Provison of a Clinical Laboratory Service to analyse and provide results used for the diagnosis and monitoring of disease
This has a financial envelope of 40 000 GBP per annum inc vat
TUPE will not apply to this Lot.
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: 60
This contract is subject to renewal: Yes
Description of renewals:
The service will be re-newed either at the end of the fixed period or at the first or second optional year.
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:
Yes
Description of options:
The fixed contract period is 5 years ( 60 months ) and has the option to extend for two one year periods of up to twelve months.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Confidential Staff / Psychological Therapy Counselling
II.2.2) Additional CPV code(s)
85312320
II.2.3) Place of performance
NUTS code:
UKG3
II.2.4) Description of the procurement
Provision of a Confidential staff and Psychological Therapy service
This has a financial envelope of 197 000 GBP per annum inc vat
TUPE will apply to this Lot.
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: 60
This contract is subject to renewal: Yes
Description of renewals:
The service will be re-newed either at the end of the fixed period or at the first or second optional year.
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:
Yes
Description of options:
The fixed contract period is 5 years ( 60 months ) and had the option to extend for two one year periods of up to twelve months.
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.1.2) 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
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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:
03/12/2017
Local time: 17:00
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: 60 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
04/12/2017
Local time: 09:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.4) Procedures for review
VI.4.1) Review body
Birmingham Community Healthcare NHS Trust
Birmingham
UK
VI.4.2) Body responsible for mediation procedures
Birmingham Community Healthcare NHS Trust
Birmingham
UK
VI.5) Date of dispatch of this notice
17/11/2017