Section one: Contracting authority
one.1) Name and addresses
NHS Cornwall and Isles of Scilly Integrated Care Board
Chy Trevail, Beacon Technology Park,
Bodmin
PL31 2FR
Telephone
+44 1726627800
Country
United Kingdom
Region code
UKK30 - Cornwall and Isles of Scilly
National registration number
11N
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/48712
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
Kernow Maternity and Neonatal Voices Partnership
Reference number
58903
two.1.2) Main CPV code
- 75312000 - Maternity benefits
two.1.3) Type of contract
Services
two.1.4) Short description
The requirements of the ongoing programme of work for Maternity and Neonatal System and the ongoing need for Maternity and Neonatal Voices Partnerships (MNVPs) is outlined in the NHSE Maternity and Neonatal three-year delivery plan.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £260,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK30 - Cornwall and Isles of Scilly
two.2.4) Description of the procurement
Kernow maternity voices partnership (KMNVP) will cover the population of Cornwall and the Isles of Scilly. The Royal Cornwall Hospital will be the key NHS Trust with which KMNVP will perform its role in governance, in relation to the NHS resolution clinical negligence scheme for trusts, maternity incentive scheme (CNST MIS) and the perinatal quality surveillance model (PQSM). However, KNMVP will involve and represent the wider population who access other health and care services within the county footprint, such as primary care, mental health support and health visiting. They will also develop partnership working with Devon MNVP to help support listening to women and families from Cornwall and the Isles of Scilly who access maternity and neonatal services from Devon local maternity and neonatal services (LMNS).
two.2.5) Award criteria
Quality criterion - Name: Service model / Weighting: 20
Quality criterion - Name: Leadership and management / Weighting: 20
Quality criterion - Name: Delivering the 3 year delivery plan / Weighting: 20
Quality criterion - Name: Understanding role of MNVPS in quality surveillance / Weighting: 20
Quality criterion - Name: Quality and innovation, engagement, consultation and coproduction / Weighting: 20
Price - Weighting: 0
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The ICB used a request for quotation procurement procedure in line with the Public Contract Regulations 2015.
This is for a 2 year contract; 1 April 2024 - 31 March 2026.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
A request for quotation process was used under PCR 2015 regulations.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section five. Award of contract
Contract No
58903
Title
Kernow Maternity and Neonatal Voices Partnership
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
11 April 2024
five.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Evolving Communities CIC
Unit 2 Hampton Park West
Melksham
SN12 6HL
Country
United Kingdom
NUTS code
- UKK15 - Wiltshire CC
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £260,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
CEDR
70 Fleet Street
London
EC4Y1EU
Country
United Kingdom