Tender

HCT - Speech and Language Therapy assessments

  • Hertfordshire Community NHS Trust

F02: Contract notice

Notice identifier: 2021/S 000-013278

Procurement identifier (OCID): ocds-h6vhtk-02bb51

Published 11 June 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Hertfordshire Community NHS Trust

Howard Court, 14 Tewin Road, Welwyn Garden City, AL7 1BW

Welwyn Garden City

Email

davidbeaven@nhs.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.hct.nhs.uk

one.3) Communication

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

https://nhs.bravosolution.co.uk/nhs_collaborative/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://nhs.bravosolution.co.uk/nhs_collaborative/web/login.html

Tenders or requests to participate must be submitted to the above-mentioned address

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

HCT - Speech and Language Therapy assessments

Reference number

T/06-21/1076

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Hertfordshire Community NHS Trust ("HCT") (the Authority") has a backlog of children on their clinic lists that require Speech and Language Therapy assessments.

HCT is working with the Herts Wide CCG to outsource most of these patients in an effort to reduce the waiting times for an assessment and to enable the implementation of a new diagnostic process. As such, the Authorities are seeking proposals from appropriately qualified companies who can take on the outstanding assessments to assist with clearing the backlog.

HCT is seeking a value for money, high quality service that will be responsive to the needs of the client. Robust contract management and good effective liaison with HCT’s key contacts will be required.

Contracts are anticipated to go live in August 2021 and will run until the backlog of assessments is completed. It is expected that the contract term will be less than a year.

In the event of any bidders not being able to complete the required amount of assessments in the timeframe specified, HCT reserves the right to award to additional bidders in order to complete the assessments

two.1.5) Estimated total value

Value excluding VAT: £350,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Supplier will be required to carry out Speech Language Therapy assessments on the cohort of children that is provided to them on behalf of HCT, at the scale required and within the timeframes of delivery.

The Supplier will be required to outline where the assessments will take place, whether these will these be face to face Speech and Language Therapy assessments or virtual.

The Supplier will be an expert provider of NICE compliant Speech and Language Therapy assessments and will be familiar with all methods and diagnostic tools used.

Part of the service will include providing feedback and a completed report to the parents and child, as well as a copy of the final report to the HCT Community Paediatrics teams for their records.

The Supplier will provide monthly updates in a format agreed by HCT, reporting on completed assessments, summarising the number of children seen and, those who have not attended their appointment.

The Supplier shall performance monitor its activities/ services to demonstrate that the Services are achieved and where not achieved the extent of any shortfall is identified, reported and acted upon.

Detailed supporting information will be made available to HCT should it be required, and all reports must be provided in the manner prescribed and in accordance with GDPR legislation, to ensure that the Authorities are able to access data as and when required.

two.2.5) Award criteria

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

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

Duration in months

12

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.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 July 2021

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

12 July 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of Justice

London

Country

United Kingdom