Section one: Contracting authority
one.1) Name and addresses
Sheffield Teaching Hospitals NHS Foundation Trust
Royal Hallamshire Hospital, Glossop Road
Sheffield
S10 2JF
Contact
James Tomlinson
Country
United Kingdom
Region code
UKE32 - Sheffield
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
Ministry or any other national or federal authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Lot 1 - SCH Helpline
Reference number
C231169
two.1.2) Main CPV code
- 85323000 - Community health services
two.1.3) Type of contract
Services
two.1.4) Short description
Tender is being run in line with the Light Touch Regime PCR 2016 process.
The tender is split into 2 lots with separate scoring criteria.
Bidders are encouraged to bid for both lots. The Trust ideal is that it awards a contract to one provider for both lots, but decisions will be based upon the outcome of the evaluation process.
Please see evaluation methodology for a full breakdown of the process to be applied.
You should note here that the Trust reserves the option to award a combined contract to one bidder, in an instance that the combined service provision confers a benefit to the Trust when contrasted against awarding the lots individually to separate providers. Benefits can be more than just the cost of the service provision.
Contract Period: Initial 2 years with an option to extend by a further 2 years.
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
- UKE4 - West Yorkshire
two.2.4) Description of the procurement
Tender is being run in line with the Light Touch Regime PCR 2016 process.
The tender is split into 2 lots with separate scoring criteria.
Bidders are encouraged to bid for both lots. The Trust ideal is that it awards a contract to one provider for both lots, but decisions will be based upon the outcome of the evaluation process.
Please see evaluation methodology for a full breakdown of the process to be applied.
You should note here that the Trust reserves the option to award a combined contract to one bidder, in an instance that the combined service provision confers a benefit to the Trust when contrasted against awarding the lots individually to separate providers. Benefits can be more than just the cost of the service provision.
Contract Period: Initial 2 years with an option to extend by a further 2 years.
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
Start date
1 April 2024
End date
31 March 2028
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
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 refer to document suite
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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
11 January 2024
Local time
3:00pm
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: 48 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Separate project references are linked to this contract notice
Lot 1 – Helpline (Atamis Reference C231169)
Lot 2 – Safe Space (Atamis Reference C231171)
six.4) Procedures for review
six.4.1) Review body
Sheffield Children's NHS Foundation Trust
Western Bank
Sheffield
S10 2TH
Country
United Kingdom
Internet address
https://www.sheffieldchildrens.nhs.uk
six.4.2) Body responsible for mediation procedures
Sheffield Children's NHS Foundation Trust
Western Bank
Sheffield
S10 2TH
Country
United Kingdom
Internet address
https://www.sheffieldchildrens.nhs.uk
six.4.4) Service from which information about the review procedure may be obtained
Sheffield Children's NHS Foundation Trust
Western Bank
Sheffield
S10 2TH
Country
United Kingdom