Tender

Supply of Speech and Language Therapy Services to OHCAT

  • Orchard Hill College & Academy Trust

F02: Contract notice

Notice identifier: 2022/S 000-015870

Procurement identifier (OCID): ocds-h6vhtk-0344a3

Published 9 June 2022, 12:48pm



Section one: Contracting authority

one.1) Name and addresses

Orchard Hill College & Academy Trust

Quadrant House 8th Floor, The Quadrant Sutton

Surrey

SM2 5AS

Email

procurement@orchardhill.ac.uk

Telephone

+44 3454020453

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://ohcat.org

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42971

one.3) Communication

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

https://ohcat.mytenders.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://ohcat.mytenders.co.uk/

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://ohcat.mytenders.co.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply of Speech and Language Therapy Services to OHCAT

two.1.2) Main CPV code

  • 80340000 - Special education services

two.1.3) Type of contract

Services

two.1.4) Short description

OHCAT wishes to identify and appoint a range of suppliers to its Preferred Supplier List for the supply speech and language therapy (SALT) services to Orchard Hill College & Academy Trust on a call-off basis as and when required to meet the needs of our schools and college centres.

Positioning on the PSL does not give a right of exclusivity or any guarantee of usage but does offer our schools and college centres an approved source of supply.

Additionally, we are looking to appoint a SALT provider specifically for Addington Valley Academy as they have ongoing requirements from September 2022.

two.1.5) Estimated total value

Value excluding VAT: £800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

Any OHCAT college centre or school

two.2.4) Description of the procurement

OHCAT wishes to identify and appoint a range of suppliers to its Preferred Supplier List for the supply of hard and soft FM services on a call-off basis as and when required by any of our college centres and schools. Range of FM services as detailed in the ITT.

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: £350,000

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

Can extend PSL placement by a further 2 years.

two.2.10) Information about variants

Variants will be accepted: Yes

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

See ITT


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

See ITT

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

Speech and language therapy

three.2.2) Contract performance conditions

See ITT

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 5

In the case of framework agreements, provide justification for any duration exceeding 4 years:

PSL for 3 years with option to extend by a further 2 years

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 tenders or requests to participate

Date

11 July 2022

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

11 July 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 5 years

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

See ITT

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=226512.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:226512)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit