Contract notice

Information

Published

Date of dispatch of this notice: 02/07/2019

Expire date: 16/08/2019

External Reference: 2019-521462

TED Reference: 2019/S 128-313509

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

NHS England and NHS Improvement (Health & Justice – Midlands Region)
na
Birch House, Southwell Road, Mansfield
Nottingham
NG21 0HJ
UK
Contact person: Divyang Jagiwala
Telephone: +44 11111111
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=28995&B=OGC
Additional information can be obtained from
another address: 
NHS Arden and GEM CSU
Cardinal Square, 10 Nottingham Road,
Derby
DE1 3QT
UK
Contact person: Divyang Jagiwala
Internet address(es):
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
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

Contract_Notice_Liaison and Diversion Service for Lincolnshire Procurement
Reference number:  PB_DJ_L&D_Lincolnshire
II.1.2)

Main CPV code

85100000  -  Health services
II.1.3)

Type of contract

Services
II.1.4)

Short description

AG CSU on behalf of NHS England and NHS Improvement (Health & Justice – Midlands Region) is inviting suitably qualified and experienced providers to provide a Liaison and Diversion (L&D) Service in Lincolnshire, as will be outlined in the tender documents.
NHS England and NHS Improvement (Health & Justice – Midlands Region) will be the contracting and commissioning authority. The contract resultant from this procurement will be held between NHS England and the successful bidder.
Estimated Contract Value:
Please see section II.1.5 below
Contract Duration:
The contract duration will be for 4 years + 1 + 1 (two 1-year possible extension subject to annual reviews) = 6 years.
Service Commencement:
The successful provider from this process is expected to be fully operational and providing the service from 01 April 2020.
It is anticipated that the tender relating to this notice will be advertised around 28 June 2019.
II.1.5)

Estimated total value

Value excluding VAT: 4870000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

85300000  -  Social work and related services
II.2.3)

Place of performance

Main site or place of performance:  
Lincolnshire
II.2.4)

Description of the procurement

Detailed requirements for this procurement will be provided in the tender documents at the time of tender publication; however, brief objectives and scope for this procurement have been outlined below.
Key objectives of the Procurement:
• To commission an outcome based all age, flexible, high quality and integrated Liaison and Diversion (L&D) Service that meets the needs of the Lincolnshire region, from the most economically advantageous bidders.
• To find a provider who will be able to work effectively and in partnership with all stakeholders; including various offender managing authorities such as police, judicial authorities (such as courts) and most importantly the offenders.
• To find a provider who will be able to deliver a high-quality L&D service for the population of Lincolnshire.
Scope of services:
As set out in the service specification, the L&D service provider(s) will be required to provide:
• Case identification,
• Secondary screening/triage,
• Assessment, including specialist assessment
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: 4870000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
As a result of this procurement, an agreement will be established with the successful Bidder(s) for a period of 4 years with the Commissioner having the option to extend the contract twice for 1 year at a time subject to annual reviews. In short, the contract duration will be for 4 years + 1 + 1 (two 1-year possible extension subject to annual reviews) = 6 years.
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

Parties interested in taking part within the procurement associated with this notice must submit their tenders via the online e-procurement portal known as 'EU Supply' which can be visited with the help of following web link:
https://uk.eu-supply.com/login.asp?B=agcsu

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:  All professional and/or trade registrations is specified within the tender documentation.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Financial standing requirements for the Procurement are outlined within Document 1 - ITT Process Overview, Section 9.4 Financial Standing
Minimum level(s) of standards possibly required:  
Financial standing requirements for the Procurement are outlined within Document 1 - ITT Process Overview, Section 9.4 Financial Standing
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
All technical capacity and its evaluation criteria are specified within the tender documentation.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Contract performance conditions will be specified within the tender documentation.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the 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: 2019/S 037-083333
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  09/08/2019
Local time:  15:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 4  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  09/08/2019
Local time:  15:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

NHS Arden & GEM Commissioning Support Unit
Cardinal Square, 10 Nottingham Road,
Derby
DE1 3QT
UK