INTENTION TO AWARD: DN730735 - School-Aged Health Improvement and Prevention Service (SHIPS)

Award

Value

£840,000

Classifications

  • Miscellaneous health services

Tags

  • award

Submission Deadline

9 months ago

Published

8 months ago

Description

This is a Provider Selection Regime (PSR) intention to award 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. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by midnight on Monday 24th February. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR. Any written representations should be sent to [email protected]. 

This School-aged Health Improvement and Prevention Service (SHIPS) will be delivered across Peterborough in line with the emerging integrated place-based 5-19/25 model. This will add system capacity to the co-ordination of place-based services for this cohort as well as the provision of a 'Healthy Schools' online resource and accreditation scheme, and delivery of Public Health Interventions (PHI).

The vision for the service is that it engages all types of education settings staff, students, governors, parents/carers and their wider communities across Peterborough to work together to enable local children, young people, their families/carers and communities to be healthy, happy and achieve, and the reduction of health inequalities.

It is recognised that in spite of the name of service, there is an expectation that the service will work with young adults that are beyond school-age, up to the age of 25 for some elements of the service. This will notably be in relation to sexual health and SEND.

The approximate lifetime value of the contract is £840,000.
This contract relates to an existing service, that was previously a joint contracting arrangement between Peterborough City Council and Cambridgeshire County Council. 
The awarded supplier is an existing provider. 
The contract term is 1st April 2025 to 31st March 2027 with 2 x 24-month extension periods (total of 48-months extension period) 

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Respiratory Solutions

The purpose of this notice is to draw attention to a procurement the Authority will conduct to establish a National Framework Agreement for the provision of Respiratory Solutions 2026 under the following Lot structure: Lot 1: Respiratory Therapy; Lot 2: Anaesthesia and Resuscitation; Lot 3: Diagnostics; Lot 4: Nitrous Oxide destruction Solutions; and Lot 5: Respiratory Support Services For Lots 1 to 4 Tenderers can submit for one, more than one Lot, or all of the Lots detailed above. However ONLY Tenderers responding to Lots 1, 3 and/or 4 are invited to tender for Lot 5 (noting that Lot 5 is not applicable to Lot 2). Tender submissions received solely for Lot 5 will not be accepted nor evaluated. Further details about the requirements within each Lot are provided in the tender documentation. The term of the contracts formed under the proposed Framework Agreement may continue beyond the end of the term of the Framework Agreement itself. Note: There are 5 supplier requirements for which further reading can be found here: Net Zero Supply Chain and Suppliers Please also observe the following for future tenders, the following requirements will include but are not limited to the following or subject to change: • ISO Certification: Tenderers must have ISO 9001: 2015 or BS EN ISO 13485:2016 or Medical Device Single Audit Program (MDAP) accredited by the United Kingdom Accreditation Service (or international equivalent) to cover all segments of the Tenderers and the product's supply chain. This should include, but not be limited to, sales, manufacturing, storage, and distribution ('ISO Certification'). Link for acceptable alternatives https://iaf.nu/en/accreditation-bodies/ ('Notified Bodies') • CE Certification and Declaration of Conformity certificates are required where applicable to be presented at submission stage of the tender. • Modern Slavery for Tenderers that have an annual turnover of at least £36 million must have a link to their modern slavery statement on their website • Modern Slavery Assessment Tool (MSAT) Tenderers must have a score of 41% or above within 12-months of the Tender Publication Date via https://supplierregistration.cabinetoffice.gov.uk/ • Evergreen Sustainable Supplier Assessment - Tenderers will need to have completed the assessment within 12 months of the Tender Publication Date. Link for instructions and access for this assessment: https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/ • Carbon Reduction Plan (CRP): Tenderers must have a valid CRP link on their website that meets the requirements of PPN 006 as outlined in the PPN, OR Where Supplier has no website, the CRP is provided in PDF format that meets the requirements of PPN 006 as outlined in the PPN, OR Excused in exceptional circumstances. CRP has to be dated within the 12 months prior to tender close date. • Cyber Security: If you handle patient or personal data, or provide any IT systems, services, or devices you will need to hold Cyber Security Essentials Plus Certification. • Data Security Protection Toolkit (DSPT): if you process patient data further details about the cyber security requirements are provided in the tender documentation.

Katy Reed

Published 2 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete