Section one: Contracting authority
one.1) Name and addresses
Hertfordshire Community NHS Trust
Unit 1A Howard Court, 14 Tewin Road
Welwyn Garden City
AL7 1BW
Contact
David Beaven
Telephone
+44 7887636524
Country
United Kingdom
Region code
UKH - East of England
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
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://health-family.force.com/s/Welcome
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 & Language Therapy assessments
Reference number
C101588
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Hertfordshire Community NHS Trust ("HCT") (the Authority") has a waiting list of children and young people that require Speech and Language Therapy assessments and interventions.
HCT is working with the Herts and West Essex Integrated Care Board (HWEICB) and Hertfordshire County Council (HCC) to outsource most of these patients in an effort to reduce the waiting times for an assessment and interventions. As such, the Authorities are seeking proposals from appropriately qualified companies who can take on the outstanding assessments and interventions to assist with reducing the numbers of children and young people on the waiting list.
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.
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.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
The Supplier will be required to carry out Speech Language Therapy assessments and interventions on the cohort of children that is provided to them on behalf of HCT, at the scale required and within the timeframes of delivery.
Assessments and interventions will be expected to be primarily face to face, delivered in schools, clinics and homes. A small percentage can be virtual.
The Supplier will be an expert provider of NICE compliant Speech and Language Therapy assessments and evidence based interventions. Interventions must follow the HCT model of delivery.
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 Speech and Language Therapy Service 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.
Contracts are anticipated to go live in January 2023 and will run until the agreed number of assessments and interventions 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.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: £800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
Contract may be extended for a further 12 months
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
17 October 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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 October 2022
Local time
1:00pm
Place
Via Atamis e-procurement portal
Hertfordshire & West Essex ICS NHS Procurement
2nd Floor Gate House, Fretherne Road,
Welwyn Garden City, Herts AL8 6NS
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
The High Court
Strand
London
WC2A 2LL
generaloffice@administrativecourtoffice.justice.gov.uk
Country
United Kingdom