UK-Southend-on-Sea: Community health services.

UK-Southend-on-Sea: Community health services.

Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Southend-on-Sea Borough Council
Civic Centre, Victoria Avenue, Southend-on-Sea, SS2 6ER, United Kingdom
Tel. +44 1702534026, Fax. +44 1702215110, Email: eprocurement@southend.gov.uk
Contact: Corporate Procurement

Further information can be obtained at: ANNEX A.I

Specifications and additional documents: ANNEX A.II

Tenders or requests to participate must be sent to: ANNEX A.III


I.2)Type of the contracting authority:
Regional or local authority

I.3) Main activity:
General Public Services

I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Community Falls Service
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 25

Region Codes: UKH31 - Southend-on-Sea
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract

II.1.5)Short description of the contract or purchase:
Community health services. Health and social work services. Health services. Miscellaneous health services. Southend-on-Sea Borough Council is inviting expressions of interest from a single (or single consortium) Provider for a Community Falls Service, it is anticipated that the Provider will undertake a minimum of 360 comprehensive assessment per year in the community.

The aim of the service is to contribute to the overall falls prevention programme by:-
The provision of an evidence based, patient centred, high quality, value for money service for the prompt rehabilitation, treatment and improved health outcomes of patients who have fallen or are at risk of falling (as determined in accordance with the NICE Guidelines), within a community setting, including people living with dementia, and to help reduce the rate of hospital admissions of individuals who fall.
The primary outcome expected from the Community Falls Service is the reduction of mortality and morbidity directly or indirectly attributable to falling. (The Community Falls Service is expected to achieve a 10% reduction in the rate of emergency admissions related to falls in each year of the contract (baseline 2014/15 outrun)).

More broadly, the Community Falls Service will contribute towards the following key service outcomes:

Overall: Reduce the injuries, hospital admissions & activities due to falls
•Reduction in the rate of emergency hospital admissions for injuries due to falls in persons aged 65 and over (PHOF 2.24)
•Reduction in the rate of emergency hospital admissions for injuries due to falls in persons aged under 65 with dementia
•Reduction in the rate of emergency hospital admissions for fractured neck of femur in persons aged 65 and over (PHOF 4.14)
•Reduction in the number of patients conveyed as a result of a fall
•Reduction in the rate of admission into long term care of persons aged 65 and over, due to falls or the risk of falling

The Provider will measure participants at the end of the programme to assess levels of success against clinical and personal goals.

The Provider will ensure delivery of NICE guidelines and:
The Services will be primarily delivered from patients own homes (including residential care homes and supported housing) with additional services delivered from community health/social care settings across Southend. Assessments may also be undertaken in intermediate care settings.

II.1.6)Common Procurement Vocabulary:
85323000 - Community health services.

85000000 - Health and social work services.

85100000 - Health services.

85140000 - Miscellaneous health services.


II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No

II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Southend-on-Sea Borough Council is inviting expressions of interest from a single (or single consortium) Provider for a Community Falls Service, it is anticipated that the Provider will undertake a minimum of 360 comprehensive assessment per year in the community.

The aim of the service is to contribute to the overall falls prevention programme by:-
The provision of an evidence based, patient centred, high quality, value for money service for the prompt rehabilitation, treatment and improved health outcomes of patients who have fallen or are at risk of falling (as determined in accordance with the NICE Guidelines), within a community setting, including people living with dementia, and to help reduce the rate of hospital admissions of individuals who fall.
The primary outcome expected from the Community Falls Service is the reduction of mortality and morbidity directly or indirectly attributable to falling. (The Community Falls Service is expected to achieve a 10% reduction in the rate of emergency admissions related to falls in each year of the contract (baseline 2014/15 outrun)).

More broadly, the Community Falls Service will contribute towards the following key service outcomes:

Overall: Reduce the injuries, hospital admissions & activities due to falls
•Reduction in the rate of emergency hospital admissions for injuries due to falls in persons aged 65 and over (PHOF 2.24)
•Reduction in the rate of emergency hospital admissions for injuries due to falls in persons aged under 65 with dementia
•Reduction in the rate of emergency hospital admissions for fractured neck of femur in persons aged 65 and over (PHOF 4.14)
•Reduction in the number of patients conveyed as a result of a fall
•Reduction in the rate of admission into long term care of persons aged 65 and over, due to falls or the risk of falling

The Provider will measure participants at the end of the programme to assess levels of success against clinical and personal goals.

The Provider will ensure delivery of NICE guidelines and:
The Services will be primarily delivered from patients own homes (including residential care homes and supported housing) with additional services delivered from community health/social care settings across Southend. Assessments may also be undertaken in intermediate care settings.

II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 60 (from the award of the contract)

Information About Lots

Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As detailed in the Tender Documents.

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the Tender Documents.

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As detailed in the Tender Documents.

III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: Not Provided
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

Detailed in the Tender Documents. All bidders will be asked to confirm in a Questionnaire that none of the conditions set out in Article 57 of Directive 2014/24/EU apply to their organisation or expression of interest.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:

Information and formalities necessary for evaluating if requirements are met:
Information and formalities necessary for evaluating if the requirements are met: Bidders will be required to complete a Questionnaire consistent with the provisions of Directive 2014/24/EU.
Minimum Level(s) of standards possibly required:
As detailed in the Tender Documents

III.2.3)Technical capacity
Technical capacity - means of proof required

Information and formalities necessary for evaluating if requirements are met:
Bidders will be required to complete a Questionnaire consistent with the provisions of Directive 2014/24/EU.
Minimum Level(s) of standards possibly required:
As detailed in the Tender Documents.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open

IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated below
Criteria - Weighting
Quality (Technical Submission) - 50
Commercial (Price) - 30
Quality (Presentation/Interview) - 10

IV.2.2)Information about electronic auction:
An electronic auction will be used: No

IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: A45G-6KBKTS
IV.3.2)Previous publication(s) concerning the same contract: No

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



Payable documents: No

IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 15/01/2016
Time: 12:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English

IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in days: 90

IV.3.8)Conditions for opening tenders
Not Provided

Section VI: Complementary Information

VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contract term will run for 3 years from 1st April 2016– 31st March 2019 with an option to extend for two additional periods of 12 months. The latest expiry date of the contract will be 31st March 2021.

Southend-on-Sea Borough Council welcomes submissions from all organisational types, including the Third Sector.

The annual contract value will be capped at a maximum of no more than £142,000. The maximum total contract value would be a maximum of £710,000 (including the possible extensions.)

Closing date for Technical and Commercial tender submission is Friday 15th January 2016 at 12 NOON.

The Council reserves the right to cancel the procurement and not to proceed with the contract.
The Council also reserves the right not to award a contract or to award a contract for parts or part of the services only.
The Council will not, under any circumstances, reimburse any expense incurred by bidders in preparing their tender submissions.
To view this notice, please click here:
https://www.paessex.gov.uk/delta/viewNotice.html?noticeId=171997663
GO-2015124-PRO-7415840 TKR-2015124-PRO-7415839

VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Southend-on-Sea Borough Council
High Court, Royal Court of Justice, Strand, London, WC2A 2LL, United Kingdom

VI.4.2)Lodging of appeals: Not Provided

VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided

VI.5) Date Of Dispatch Of This Notice: 04/12/2015

ANNEX A
I) Addresses and contact points from which further information can be obtained:
Southend-on-Sea Borough Council
Civic Centre, Victoria Avenue, Southend-on-Sea, SS2 6ER, United Kingdom
Email: ProcurementAdvisors@southend.gov.uk, URL: https://procurement.southend.gov.uk/southend/portal.nsf/index.htm

II) Addresses and contact points from which specifications and additional documents can be obtained:
Southend-on-Sea Borough Council
Civic Centre, Victoria Avenue, Southend-on-Sea, SS2 6ER, United Kingdom
Email: ProcurementAdvisors@southend.gov.uk, URL: https://procurement.southend.gov.uk/southend/portal.nsf/index.htm

III) Addresses and contact points to which tenders/requests to participate must be sent:
Southend-on-Sea Borough Council
Civic Centre, Victoria Avenue, Southend-on-Sea, SS2 6ER, United Kingdom
Email: ProcurementAdvisors@southend.gov.uk, URL: https://procurement.southend.gov.uk/southend/portal.nsf/index.htm