Contract notice

Information

Published

Expire date: 21/12/2021

External Reference: 2021-580211

FTS Reference: 2021-028364

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

NHS Norfolk and Waveney Clinical Commissioning Group
Lakeside 400, Broadland Business Park
Norwich
NR7 0WG
UK
Contact person: James Savill
NUTS code:  UKH1 -  East Anglia
Internet address(es):
Address of the buyer profile: https://www.ardengemcsu.nhs.uk/

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=38974&B=AGCSU
Additional information can be obtained from
the abovementioned address:  
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

Tier 3 Weight Management, Norfolk and Waveney
Reference number:  NW072
II.1.2)

Main CPV code

85000000  -  Health and social work services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Tier 3 Weight Management Services for Norfolk and Waveney. Tier 3 Weight Management Services are for obese individuals who have not responded to previous interventions. The provision is made up of a multi-disciplinary team of specialists, led by a clinician and typically includes: a physician (consultant or GP with Special Interest); a specialist nurse; specialist dietician; psychologist or psychiatrist; and physiotherapist/physical activity specialist. The overall aim of the service is to reduce the obesity rate in the geographical footprint and prevent related illness. In turn, the aim of the service is also to lower the number of patients needing referral to Tier 4 bariatric surgery.
The Services are available for adults 18 years and over.
II.1.5)

Estimated total value

Value excluding VAT: 3500000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

85000000  -  Health and social work services
II.2.3)

Place of performance

NUTS code:  UKH1 -  East Anglia
Main site or place of performance:  
Norfolk and Waveney
II.2.4)

Description of the procurement

NHS Norfolk and Waveney clinical commissioning Group are looking to procure a provider of Tier 3 Weight Management services for Norfolk and Waveney. The contract is for a period of 5 years, with the option to extend for a further 2 years, and the annual value is £500,000 per annum (2022/23).
Total initial term of contract (5 years) is £2,500,000, with an option to extend for up to 2 years (£1,000,000) with a total value over 7 years of approx £3,500,000. The extension option is not guaranteed.
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: 3500000.00  GBP
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 contract will have an option of a two year extension.
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:  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

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 FTS: 2021/S 000-020403
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  21/12/2021
Local time:  17:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  21/12/2021
Local time:  17:00

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

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

VI.4.2)

Body responsible for mediation procedures

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

VI.4.4)

Service from which information about the review procedure may be obtained

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