Section one: Contracting authority
one.1) Name and addresses
Redcar & Cleveland Council
Redcar And Cleveland House
Redcar
TS10 1RT
Contact
Sam Haran
sam_haran@middlesbrough.gov.uk
Telephone
+44 1642729447
Country
United Kingdom
Region code
UKC12 - South Teesside
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.1) Name and addresses
Redcar & Cleveland Council
Redcar And Cleveland House
Redcar
TS10 1RT
Contact
Sam Haran
sam_haran@middlesbrough.gov.uk
Telephone
+44 1642729447
Country
United Kingdom
Region code
UKC12 - South Teesside
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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
PH011/2024 Addressing Inequalities in Cancer Screening Project across South Tees
Reference number
PH011/2024
two.1.2) Main CPV code
- 85140000 - Miscellaneous health services
two.1.3) Type of contract
Services
two.1.4) Short description
The provider will work with GP practices across South Tees to increase cervical screening uptake in those practices from the most deprived IMD deciles and that have the lowest screening uptake. Patients targeted will be those that have not responded to previous screening invitations.
The most suitable provider, ELM Alliance have been chosen as they currently have data sharing agreements with all GP practices acros South Tees. This is a key critial success factor as the project will incorporate a dedicated team of callers to go through practice lists and telephone patients that do not have an adequate cervical screening status recorded. The callers will contact patients, inform them of the importance of cervical screening and book them into a cervical screening clinic appointment.
It is anticipated that the project will run for 6 months, providiing a delivery of 26 weeks, during the 30 week wiondow of September 2024 to March 2025.
The provider will be expected to collate a minimum data set (MDS) including NHS number, age, ethnicity, postcode, GP practice, screening accepted/declined. If declined reason for declining and any support offered to attend, translator, support with travel costs or other.
The provider is expected to submit KPIs relating to the service delivery to the Commissioner as agreed at the commencement of the contract.
two.1.5) Estimated total value
Value excluding VAT: £40,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85140000 - Miscellaneous health services
two.2.3) Place of performance
NUTS codes
- UKC12 - South Teesside
Main site or place of performance
South Teesside
two.2.4) Description of the procurement
The provider will work with GP practices across South Tees to increase cervical screening uptake in those practices from the most deprived IMD deciles and that have the lowest screening uptake. Patients targeted will be those that have not responded to previous screening invitations.
The most suitable provider, ELM Alliance have been chosen as they currently have data sharing agreements with all GP practices acros South Tees. This is a key critial success factor as the project will incorporate a dedicated team of callers to go through practice lists and telephone patients that do not have an adequate cervical screening status recorded. The callers will contact patients, inform them of the importance of cervical screening and book them into a cervical screening clinic appointment.
It is anticipated that the project will run for 6 months, providiing a delivery of 26 weeks, during the 30 week wiondow of September 2024 to March 2025.
The provider will be expected to collate a minimum data set (MDS) including NHS number, age, ethnicity, postcode, GP practice, screening accepted/declined. If declined reason for declining and any support offered to attend, translator, support with travel costs or other.
The provider is expected to submit KPIs relating to the service delivery to the Commissioner as agreed at the commencement of the contract.
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: £40,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2024
End date
31 March 2025
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
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
This is a Provider Selection Regime (PSR) intended approach 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.'
three.1.2) Economic and financial standing
List and brief description of selection criteria
This is a Provider Selection Regime (PSR) intended approach 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.'
Minimum level(s) of standards possibly required
This is a Provider Selection Regime (PSR) intended approach 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.'
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
Accelerated procedure
Justification:
This is a Provider Selection Regime (PSR) intended approach 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.'
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 000-022832
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 August 2024
Local time
11:00pm
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
Tender must be valid until: 9 August 2024
four.2.7) Conditions for opening of tenders
Date
9 August 2024
Local time
2:00am
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
Middlesbrough Council
Civic Centre, First Floor
Middlesbrough
TS1 2TD
sam_haran@middlesbrough.gov.uk
Telephone
+44 1642729447
Country
United Kingdom