Planning

Provision of an Infection, Prevention and Control Service

  • Sefton Council

F01: Prior information notice (prior information only)

Notice identifier: 2024/S 000-009155

Procurement identifier (OCID): ocds-h6vhtk-044b21

Published 21 March 2024, 11:02am



Section one: Contracting authority

one.1) Name and addresses

Sefton Council

Magdalen House, Trinity Road

Bootle

L20 3NJ

Contact

Mr Stewart Martin

Email

stewart.martin@sefton.gov.uk

Telephone

+44 1519343009

Country

United Kingdom

Region code

UKD73 - Sefton

Internet address(es)

Main address

http://www.sefton.gov.uk/

Buyer's address

http://www.sefton.gov.uk/

one.3) Communication

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of an Infection, Prevention and Control Service

Reference number

DN706792

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.1.4) Short description

The Metropolitan Borough Council of Sefton intends to secure the services of experienced and suitably qualified organisations to deliver community infection prevention and control.

two.1.5) Estimated total value

Value excluding VAT: £1,292,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD73 - Sefton

two.2.4) Description of the procurement

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to decision makers by 4 April 2024. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.’

SCHEDULE 3

Regulation 9(4)

Content of notice of intention to award to the existing provider under Direct Award Process C

1.A statement that the relevant authority is intending to award a contract to an existing provider following Direct Award Process C.

An award has been made following Direct Award Process C

The name and address of the registered office or principal place of business of the provider to whom an award is to be made.

Mersey Care NHS Foundation Trust: V7 Building, Kings Business Park, Prescot, L34 1PJ

Lifetime value of the contract £1,292,000: £969,000 for the 3 year initial term plus £323,000 optional 1 year extension.

Dates for which the services are to be provided 1st September 2024 to 31st August 2027 with the option to extend until 31st August 2028

Details of award decision makers: The Cabinet Members of Sefton Metropolitan Borough Council

Reasons for selecting existing supplier against the Key Criteria:

Quality and Innovation - The Provider supports implementation of national standards of healthcare cleanliness. Delivers virtual training to care home managers and IPC Champions on the newly functional risk categories to roll out across Sefton Nursing Homes. The Provider completed an audit programme of GP practices and minor surgeries commenced in 2020 – 23. The Provider also Identifies practices in order of risks and intelligence to target further support based on their last audit

Value - The Provider delivers IPC training to care homes identified as not compliant, using local intelligence, risk assessments and collaboration with other agencies. The Provider is responsible for the early identification of outbreaks, managing contact-tracing and taking immediate action to minimise risk. The Provider works proactively to reduce health care acquired infections, support local health partners zero tolerance requirement to MRSA and conducts post infection reviews to inform practice learning

Integration, collaboration, and service sustainability – The Provider collaborates with CCG, NHS improvement and PHE to implement reduction strategy as published. The Provider also supports environmental health officers when dealing with incidents and outbreaks in non-healthcare settings. The Provider responds to 100% of outbreak reports the same day and reports cases to the appropriate authorities.

Improving Access - The Provider also supported complex and vulnerable settings during COVID pandemic - examples include support for an asylum seeker hotel facility around outbreak testing. The Provider supports SEN and ASC settings and conducts regular audits and delivers training to complex settings such as care homes.

Social Value - The Provider gave details of a satisfactory range of supporting evidence to comply with all five requirements and provides good examples of initiatives, policies and practices. Examples include; Embedded involvement with Community Transformation Projects supporting local communities and small organisations; providing local employment opportunities across a wide range of diverse occupational areas and skills requirements. Highly visible community projects such as the Life Rooms provide placements support and volunteering opportunities for people experiencing mental health challenges as well as other economically disadvantaged groups.

Conflicts of interest - None declared

Details on how potential conflicts of interest are managed - The decision makers listed act on advice and recommendations provided by a panel of members with expertise in public health. All members of the panel are required to give written confirmation that there is no conflict of interest affecting their involvement in the procurement

two.2.6) Estimated value

Value excluding VAT: £1,292,000

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

This contract is subject to renewal

Yes

Description of renewals

The contract is due to be reviewed 3 years from commencement to determine if the final year extension option is to be exercised. Dependant on the outcome of the review, the contract will be re-let in either September 2027 or September 2028.

two.2.14) Additional information

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to decision makers by 4 April 2024. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.’

two.3) Estimated date of publication of contract notice

20 March 2024


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