Section one: Contracting authority
one.1) Name and addresses
Thurrock Council
Civic Offices, New Road
Grays
RM17 6SL
Country
United Kingdom
NUTS code
UKH32 - Thurrock
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/thurrockcouncil/aspx/Home
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
0-19 Healthy Child Programme (Healthy Families Service)
Reference number
PS/2023/040
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The Council’s requirement under this Contract is for the delivery of a universal, targeted and specialist Health Visiting and School Nursing Service to the whole child population cohort.
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: £21,934,287.56
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85140000 - Miscellaneous health services
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UKH32 - Thurrock
two.2.4) Description of the procurement
Please note, this notice is an intention to award a contract under the Provider Selection Regime - Competitive Procedure.The Council’s requirement under this Contract is for the delivery of a universal, targeted and specialist Health Visiting and School Nursing Service to the whole child population cohort.This is an existing service and award is proposed to be made to the existing provider.
two.2.5) Award criteria
Quality criterion - Name: Quality (criteria are specified in the procurement documents) / Weighting: 60
Price - Weighting: 40
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
Please note the estimated contract value includes the two year extension options (this contract runs for three years with the option to extend by a further two years). It also includes the maximum potential contract uplifts applicable to 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: 2024/S 000-008308
Section five. Award of contract
Contract No
PS/2024/040
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 May 2024
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
North East London NHS Foundation Trust (NELFT)
Rainham
Country
United Kingdom
NUTS code
- UKI52 - Barking & Dagenham and Havering
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £21,934,287.56
Total value of the contract/lot: £21,934,287.56
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Value excluding VAT: £658,028.62
Proportion: 3 %
Short description of the part of the contract to be subcontracted
To deliver Level 1 and Level 2 digital weight management to support the NCMP.
Section six. Complementary information
six.3) 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 the relevant authority by midnight on 7th June 2024. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.Any representations must be sent to procurement@thurrock.gov.uk.The award decision maker is the Director of Adults and Health in consultation with the Portfolio Holder for Education, Portfolio Holder for Health, Adult Social Care, Community and Public Protection, and theS151 Officer.The key criteria used to make a decision is set out below, along with their relative importance. The criteria were weighted to reflect the service needs and priorities - value was assessed on price alone, and the remaining criteria were split into individual questions, each aimed at achieving the best outcomes for the service.Quality and Innovation 16%Value 40%Integration, collaboration, and service sustainability 14%Improving access, reducing health inequalities, and facilitating choice 20%Social Value 10%The chosen provider scored consistently well against the key criteria, and particularly well in relation to Quality and Innovation, Value, and Improving access, reducing health inequalities, and facilitating choice.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom