Section one: Contracting authority
one.1) Name and addresses
NHS England
Quarry House, Quarry Hill
Leeds
LS2 7UE
Contact
Mrs Ros Clarke
nelcsu.procurementnorthants@nhs.net
Country
United Kingdom
NUTS code
UKJ - SOUTH EAST (ENGLAND)
Internet address(es)
Main address
Buyer's address
https://procontract.due-north.com/
one.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 above-mentioned address
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Child Health Information Services (CHIS) - Surrey and Thames Valley
Reference number
PRJ973
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS England and NHS Improvement (NHSE/I) South East region (the Authority) is seeking to procure one or more contracts for Child Health information Services (CHIS) under NHS Standard Contracts from 1st April 2022.
This is a Prior Information Notice to notify potential providers of the upcoming procurement and to invite interested providers to participate in pre-procurement market engagement by responding to a market engagement questionnaire – the results of which are to be used in the final design of the procurement and the Services.
It is expected that the contract/s will be for an initial period of 5 years with the opportunity to extend for up to 3 further years at the discretion of the Authority (total 8 years).
The estimated total contract value is approximately £3,800,000 per annum across the population of 848,263. The contract value shown is the indicative 8-year value (including CQUIN but excluding VAT). The lotting strategy and structure is not yet confirmed and providers are encouraged to respond to the market engagement questionnaire to provide feedback on the options available.
The primary function of the CHIS is to provide a comprehensive local record of a child’s health status as measured against the requirements of the public health programmes (screening, immunisation and other health protection or health improvement interventions including the Healthy Child Programme 0-19 years and 364 days for all children, or 0-25 years and 364 days for children and young people with additional needs, including special educational needs and disability) and of their community-based healthcare.
The CHIS service is commissioned to include all children who are:
• Registered with a General Practice in the area
• Resident in the specified area whether registered with a general practice or not
• Educated in the specified area
CHIS comprises of three core elements:
• an IT system - the Child Health Information (IT) System used by the Provider to capture and record clinical activity
• a Child Health Records Department (CHRD) - a workforce that supports, maintains and administers the IT system, providing data validation, failsafe and reporting functions
• a parent-held Personal Child Health Record (PCHR) – otherwise known as the ‘Red Book’.
Contract values shown in this notice are indicative values only (based on the current annual values, including CQUIN but excluding VAT).
It is currently envisaged that the procurement will be published in April/May 2021. There is a possibility that CHIS place(s) of performance may merge and will be determined at the time of publication / or during the term of the contract.
The Authority is inviting interested providers to register their interest in the future contract opportunity/ies by expressing their interested in the project on the ProContract (Proactis) tender portal via the link provided. Once registered, providers will be able to access the project messaging area where they can find a suite of Market Engagement materials, including a Market Engagement Questionnaire.
The Authority requests interested providers to consider the questionnaire and to provide a completed questionnaire response no later than 12noon on 31st March 2021. The Authority intends to use the information provided by interested providers in the design of the procurement process, the lotting strategy and structure and in the finalisation of the specification and associated documents ahead of the tender stage.
Interested providers can access the documentation via the portal and are invited to use the portal messaging facility to:
(a) ask clarification questions as required for the Authority’s consideration during this pre-procurement market engagement phase and,
(b) for their final submission.
two.1.5) Estimated total value
Value excluding VAT: £30,400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
- UKJ25 - West Surrey
- UKJ26 - East Surrey
two.2.4) Description of the procurement
Population breakdown (estimated)
CCG(s) Population (est)
NHS Surrey CCGs 290,846
NHS Berkshire CCGs 249,029
NHS Buckinghamshire CCG 135,650
NHS Oxfordshire CCG 172,738
two.2.6) Estimated value
Value excluding VAT: £30,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal
Yes
Description of renewals
It is expected that the contract/s will be for an initial period of 5 years with the opportunity to extend for up to 3 further years at the discretion of the Authority (total 8 years).
two.3) Estimated date of publication of contract notice
11 March 2021
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section six. Complementary information
six.3) Additional information
The services in the scope of this procurement fall within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
The process will be conducted in accordance with the requirements and flexibilities provided by Regulations 74 to 76 of the Regulations. Neither the use of PIN, a tender, ITT, nor the use of any language or terms found in the Regulations, nor the description of the procedure voluntarily adopted by the Authority nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Regulations, save those applicable to services coming within the scope of Regulations 74 to 77.