Section one: Contracting authority
one.1) Name and addresses
KINGSTON-UPON-HULL CITY COUNCIL
Guildhall,Alfred Gelder St
HULL
HU12AA
Contact
ANDREA TETHER
Country
United Kingdom
NUTS code
UKE11 - Kingston upon Hull, City of
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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