Tender

0-19 Integrated Public Health Nursing and Associated Services

  • KINGSTON-UPON-HULL CITY COUNCIL

F01: Prior information notice (call for competition)

Notice identifier: 2021/S 000-006579

Procurement identifier (OCID): ocds-h6vhtk-02a124

Published 30 March 2021, 5:51pm



Section one: Contracting authority

one.1) Name and addresses

KINGSTON-UPON-HULL CITY COUNCIL

Guildhall,Alfred Gelder St

HULL

HU12AA

Contact

ANDREA TETHER

Email

andrea.tether@hullcc.gov.uk

Country

United Kingdom

NUTS code

UKE11 - Kingston upon Hull, City of

Internet address(es)

Main address

http://www.hull.gov.uk

Buyer's address

https://www.yortender.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.yortender.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.yortender.co.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

0-19 Integrated Public Health Nursing and Associated Services

Reference number

DN535390

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Integrated Public Health Nursing and Associated Services for 0-19 year olds and up to 25 where the young person has special educational needs or disabilities, within the Hull City Council area.

two.1.5) Estimated total value

Value excluding VAT: £31,500,000

two.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: 3

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Hull City Council reserves the right to award more than 1 Lot to same tenderer.

two.2) Description

two.2.1) Title

Lot 1 - Health Visiting, School Nursing up to 19 and 25 where the young person has SEND

Lot No

1

two.2.2) Additional CPV code(s)

  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKE11 - Kingston upon Hull, City of
Main site or place of performance

Hull

two.2.4) Description of the procurement

Hull City Council is looking for a provider to deliver all requirements of the 0-19 Healthy Child Programme (HCP) and up to 25 where the young person has SEND; and deliver universal and targeted interventions in partnership with key service areas and stakeholders to assist with the delivery of wider public health and social care outcomes.

The provider will deliver the Health Visiting, Enhanced Parenting Pathway, School Nursing up to 19 and up to 25 years of age were the young person has SEND. The provider will be pro-active in delivering both innovative and evidence based solutions to overcome current and future obstacles to improved health and wellbeing outcomes for children, young people and families. This includes (but is not limited to);

• Strong partnership working across the system

• Early identification of child development issues and

interventions to ensure children are school ready

• Ensuring the health and wellbeing needs of the most vulnerable

children, young people and families are met

The provider will be expected to work in partnership with many local services, including:

• Midwifery

• Early Help Services

• Targeted services working with the most vulnerable children,

young people and families

• Early Years teams and providers

• Primary and secondary care services

• Youth Service

• Schools, pupil referral units, colleges and training providers

• Voluntary and community sector

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £30,560,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The contract will have up to 2 further 12 month options to extend, which would take the maximum duration to 5 years should the maximum extension options be exercised.

two.2.11) Information about options

Options: Yes

Description of options

The contract will have up to 2 further 12 month options to extend, which would take the maximum duration to 5 years should the maximum extension options be exercised.

two.2.14) Additional information

Only those suppliers who pass the Selection Questionnaire stage will be invited to tender for this Lot. The Selection Questionnaire will include a small number of project specific questions which will have a threshold score of 3 for each question.

Where suppliers have been invited to tender (ITT) stage for this Lot and initial tenders have not been accepted a recourse to staged procedure to gradually reduce the number of tenders to be negotiated will be implemented. A threshold score of 3 will also apply to the quality assessment questions at the ITT stage.

two.2) Description

two.2.1) Title

Lot 2 - Oral Health Promotion

Lot No

2

two.2.2) Additional CPV code(s)

  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKE11 - Kingston upon Hull, City of
Main site or place of performance

Hull

two.2.4) Description of the procurement

Hull City Council requires a provider to deliver Oral health promotion services to improve the oral health of children and vulnerable adults:

• Providing oral health training to professionals working with

families who have children aged 0-5 years of age and vulnerable

adults

• Take the lead for the local referral pathway into dental practices

• Increased use of fluoride

• Effective daily oral hygiene

• Reducing the frequency of sugar consumption

• Seeking regular dental care

• Oral health awareness campaigns

• Smoking cessation awareness campaigns

The focus of the oral health promotion service is children and families, however, the service will also include some targeted work with vulnerable adults:

• Adults in residential care homes

• Children, young people and adults with a learning disability

• Homeless population

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £555,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

This contract has up to 2 further 12 month options to extend, which would take the maximum duration to 5 years should the maximum extension options be exercised.

two.2.11) Information about options

Options: Yes

Description of options

This contract has up to 2 further 12 month options to extend, which would take the maximum duration to 5 years should the maximum extension options be exercised.

two.2.14) Additional information

Only those suppliers who pass the Selection Questionnaire stage will be invited to tender for this Lot. The Selection Questionnaire will include a small number of project specific questions which will have a threshold score of 3 for each question.

Where suppliers have been invited to tender (ITT) stage for this Lot and initial tenders have not been accepted a recourse to staged procedure to gradually reduce the number of tenders to be negotiated will be implemented. A threshold score of 3 will also apply to the quality assessment questions at the ITT stage.

two.2) Description

two.2.1) Title

Lot 3 - Unintentional Injuries and Safer Sleep service

Lot No

3

two.2.2) Additional CPV code(s)

  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKE11 - Kingston upon Hull, City of
Main site or place of performance

Hull

two.2.4) Description of the procurement

Hull City Council is looking to procure a service which will prevent and reduce unintentional injuries in children aged 0-4 years and promote safer sleep. This is part of Hull's ambition to give children the best start in life and improve outcomes for children and families by addressing inequalities. The focus will be on reducing accidents and injuries in 0-4 year olds that are serious enough to require medical attention; and promoting safer sleep.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £385,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

This contract has up to 2 further 12 month options to extend, which would take the maximum duration to 5 years should the maximum extension options be exercised.

two.2.11) Information about options

Options: Yes

Description of options

This contract has up to 2 further 12 month options to extend, which would take the maximum duration to 5 years should the maximum extension options be exercised.

two.2.14) Additional information

Only those suppliers who pass the Selection Questionnaire stage will be invited to tender for this Lot. The Selection Questionnaire will include a small number of project specific questions which will have a threshold score of 3 for each question.

Where suppliers have been invited to tender (ITT) stage for this Lot and initial tenders have not been accepted a recourse to staged procedure to gradually reduce the number of tenders to be negotiated will be implemented. A threshold score of 3 will also apply to the quality assessment questions at the ITT stage for this Lot.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

This information will be outlined within the tender documentation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

This information will be outlined within the tender documentation

three.2.2) Contract performance conditions

This information will be outlined within the tender documentation

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of expressions of interest

Date

6 May 2021

Local time

5:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.5) Scheduled date for start of award procedures

1 January 2022


Section six. Complementary information

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The time limit to respond to this pin notice shall be 35 days from the day it is published. Suppliers will be invited to complete the Selection Questionnaire which will be available to access through YORtender in May 2021 to the suppliers who have declared an interest within the initial 35 day period.

Suppliers must register their interest in this opportunity through the YORtender portal within 35 days. The portal can be accessed via the following website www.yortender.co.uk. The procurement process undertaken will be Competition with Negotiation, using this PIN notice as a call for competition and therefore only suppliers who their register interest via YORtender will be invited to take part in the procurement process. It is envisaged all suppliers responding to this PIN notice will be notified to complete the Selection Questionnaire through the YORtender portal late May 2021, however all suppliers will be notified should this date change

six.4) Procedures for review

six.4.1) Review body

The Monitoring Officer

The Guildhall, Alfred Gelder Street

HULL

HU 1 2AA

Telephone

+44 1482300300

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

As above

HULL

HU1 2AA

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

As above

HULL

HU1 2AA

Country

United Kingdom