Section one: Contracting authority
one.1) Name and addresses
NHS South East London Clinical Commissioning Group
160 Tooley Street
LONDON
SE1 2TZ
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
https://procontract.due-north.com/Login
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Login
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Login
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
Positive Behaviour Service (for Children, Young People, and Young Adults)
Reference number
PRJ 1153
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS South East London Clinical Commissioning Group (SEL CCG) is seeking to commission the Positive Behaviour Service (for Children, Young People, and Young Adults).
The Learning Disability and Autism Programme core aim is to improve health (education) and care services, for people with a learning disability, autism or both can live in the community, with the right support, and close to home. This aim is reflected in the NHS Long Term Plan, which advocates moving to a new service model in which patients get more options, better support, and properly joined-up care at the right time in the best care setting. In achieving this, South East London Learning Disability and Autism Programme is investing in Positive Behaviour Services to intervene as early as possible to avoid inpatient admission, and alongside other programmes, support early discharge.
Please refer to the Service Specification for further details on the service.
In line with the Health and Care Bill, it is envisaged that CCGs will be abolished and replaced by Integrated Care Boards (ICBs). Any reference to CCGs as Contracting Authorities in this procurement should be interpreted as referring to the ICBs that will take their place in due course.
two.1.5) Estimated total value
Value excluding VAT: £600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
NHS South East London Clinical Commissioning Group (SEL CCG) is seeking to commission the Positive Behaviour Service (for Children, Young People, and Young Adults).
The Learning Disability and Autism Programme core aim is to improve health (education) and care services, for people with a learning disability, autism or both can live in the community, with the right support, and close to home. This aim is reflected in the NHS Long Term Plan, which advocates moving to a new service model in which patients get more options, better support, and properly joined-up care at the right time in the best care setting. In achieving this, South East London Learning Disability and Autism Programme is investing in Positive Behaviour Services to intervene as early as possible to avoid inpatient admission, and alongside other programmes, support early discharge.
Please refer to the Service Specification for further details on the service.
The contract shall be for a period of period of 2 years (2).
The Contract could be extended for an additional period of 2 years (2), at the sole discretion of the Authority and dependent on funding. (2+2 dependent on funding)
The total value of a 2-year contract is £600,000. The total value is based on an annual value of £300,000 per year.
In line with the Health and Care Bill, it is envisaged that CCGs will be abolished and replaced by Integrated Care Boards (ICBs). Any reference to CCGs as Contracting Authorities in this procurement should be interpreted as referring to the ICBs that will take their place in due course.
The Contract is expected to commence on 1st November 2022.
Bidders are requested to review the contents of the ITT guidance document carefully, register their organisation, and express their interest in the ITT via the e-tendering portal (Pro-Contract). ITT documentation can be accessed following initial registration and expression of interest via the e-tendering portal.
The ITT has been issued through the e-tendering portal. All Bidders wishing to participate must complete and submit Bids that comply with the requirements set out in the ITT document. Bidders are required to complete the online questionnaire on Pro-Contract and upload any attachments as indicated before the deadline for submission of bids specified in the ITT document.
Bidders needs to register on Pro-contract if they are not registered already. This can be done by clicking the below link.
https://procontract.due-north.com/Register
Once registered, you can express an interest in this project and submit the ITT response by clicking the following link to this specific project.
https://procontract.due-north.com/Advert?advertId=8e07c444-31ee-ec11-8115-005056b64545
The deadline for the submission of tender is 16:00 on 18 July 2022.
The deadline for any clarification questions is 16:00 on 11 July 2022. All clarification questions must be submitted via the messaging facility on Pro-contract
two.2.6) Estimated value
Value excluding VAT: £600,000
two.2.7) Duration of the contract or the framework agreement
Duration in months
24
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.2) Administrative information
four.2.2) Time limit for receipt of expressions of interest
Date
18 July 2022
Local time
4:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English