Section one: Contracting authority
one.1) Name and addresses
NHS South West London Integrated Care Board
120 The Broadway
London
SW19 1RH
Country
United Kingdom
NUTS code
UKI - London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.southwestlondon.icb.nhs.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://discovery.ariba.com/rfx/19350322
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://discovery.ariba.com/rfx/19350322
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of an Education Based School Therapies Service on behalf of NHS South West London Integrated Care Board
Reference number
HIS497
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS South West London Integrated Care Board is seeking to appoint a suitable provider of Education Based School Therapies Service.
two.1.5) Estimated total value
Value excluding VAT: £8,421,915
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85140000 - Miscellaneous health services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
London Borough of Wandsworth.
two.2.4) Description of the procurement
NHS South West London Integrated Care Board is seeking to appoint a suitable provider of Education Based School Therapies Service.
The Provider will be required to deliver therapy services to Wandsworth children and young people attending Special Needs schools who require occupational therapy, physiotherapy or speech and language therapy.
The Contract to be offered to the Recommended Bidder at the end of this Procurement will be for an initial duration of 3 years, which is intended to run from approximately 1st September 2024 (contract start date to be agreed) until approximately 31st August 2027 with the possibility of contract extensions of up to a total of a further 24 months.
It is the intention of the Relevant Authority to enter into a single contract with one Bidder to cover the services.
The Services to which this Procurement relates fall within the scope of Schedule 1 of the Health Care Services (Provider Selection Regime) Regulations 2023. As such, the procurement of the Services is being run as a bespoke, single-stage application process akin to the Open Procedure.
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: £8,421,915
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
This is a Provider Selection Regime (PSR) Contract 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.
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
Selection criteria as stated in the procurement documents.
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
three.2.2) Contract performance conditions
Criteria as stated in the procurement documents.
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
Open procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-027809
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 May 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 May 2024
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
This is a Provider Selection Regime (PSR) Contract 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.
six.4) Procedures for review
six.4.1) Review body
NHS South West London ICB
120 The Broadway
Wimbledon, London
SW19 1RH
Country
United Kingdom