Contract

19 077 Infection Prevention Control Service

  • CHESHIRE EAST COUNCIL

F20: Modification notice

Notice identifier: 2023/S 000-004820

Procurement identifier (OCID): ocds-h6vhtk-03a650

Published 16 February 2023, 4:53pm



Section one: Contracting authority/entity

one.1) Name and addresses

CHESHIRE EAST COUNCIL

WESTFIELDS

SANDBACH

CW111HZ

Contact

William Tyler

Email

William.tyler@cheshireeast.gov.uk

Telephone

+44 1270686452

Country

United Kingdom

Region code

UKD62 - Cheshire East

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.cheshireeast.gov.uk/home.aspx


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

19 077 Infection Prevention Control Service

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD62 - Cheshire East

two.2.4) Description of the procurement at the time of conclusion of the contract:

Cheshire East Council wishes to commission Infection Control related services to manage risk of spread of communicable disease. The commission will be split into two lots. The first involves delivery of a core infection prevention control service incorporating surveillance, prevention and outbreak response. The second lot involves delivery of specialist TB Nursing Services to the community including outreach, case management and new entrant screening. Both require work with key local stakeholders in order to deliver the services successfully. The contract(s) will be for an initial 3 years from 1st April 2020 with options to extend for 2 further periods of 12 months at the sole discretion of the Council. It should be noted that TUPE will apply to this commission. Interested parties should register their interest via the Chest system, reference DN392775. The contracting authority considers that this contract may be suitable for organisations that are small or medium enterprises (SME's).

For the avoidance of doubt, the contracting authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.

two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

36


Section four. Procedure

four.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2019/S 206-502415


Section five. Award of contract/concession

Contract No

19 077

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

4 December 2019

five.2.2) Information about tenders

The contract/concession has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

Cheshire and Wirral Partnership NHS Foundation Trust

Chester

CH2 1BQ

Country

United Kingdom

NUTS code
  • UKD63 - Cheshire West and Chester
NHS Organisation Data Service

1031647539

The contractor/concessionaire is an SME

No

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £766,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

WC2A 2LL

Country

United Kingdom


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 85100000 - Health services

seven.1.3) Place of performance

NUTS code
  • UKD62 - Cheshire East

seven.1.4) Description of the procurement:

Cheshire East Council wishes to commission Infection Control related services to manage risk of spread of communicable disease. The commission will be split into two lots. The first involves delivery of a core infection prevention control service incorporating surveillance, prevention and outbreak response. The second lot involves delivery of specialist TB Nursing Services to the community including outreach, case management and new entrant screening. Both require work with key local stakeholders in order to deliver the services successfully. The contract(s) will be for an initial 3 years from 1st April 2020 with options to extend for 2 further periods of 12 months at the sole discretion of the Council. It should be noted that TUPE will apply to this commission. Interested parties should register their interest via the Chest system, reference DN392775. The contracting authority considers that this contract may be suitable for organisations that are small or medium enterprises (SME's).

For the avoidance of doubt, the contracting authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

36

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£766,000

seven.1.7) Name and address of the contractor/concessionaire

Cheshire and Wirral Partnership NHS Foundation Trust

Chester

Country

United Kingdom

NUTS code
  • UKD63 - Cheshire West and Chester
NHS Organisation Data Service

1031647539

The contractor/concessionaire is an SME

No

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

To add additional resource to support the new entrant tuberculosis (TB) screening for individuals entering the UK under the Afghanistan relocation and assistant policy (ARAP) scheme and asylum seekers housed in hotels across the Cheshire East Council (CEC) footprint.

seven.2.2) Reasons for modification

Need for additional works, services or supplies by the original contractor/concessionaire.

Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:

The modification is a fit with the current IPC contract. It will link in with other aspects of the current service and this is the most economically viable solution.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £27,636.96

Total contract value after the modifications

Value excluding VAT: £793,636.96