Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Mid Essex Clinical Commissioning Group
Wren House, Hedgerows Business Park, Colchester Road, Essex
Chelmsford
CM2 5PF
UK
Contact person: Emma Dearden
E-mail: emma.dearden@Attain.co.uk
NUTS: UKH3
Internet address(es)
Main address: http://midessexccg.nhs.uk
Address of the buyer profile: https://attain.bravosolution.co.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://attain.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://attain.bravosolution.co.uk
Tenders or requests to participate must be sent to the abovementioned 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://attain.bravosolution.co.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Any Qualified Provider Procurement for the Provision of Domiciliary Care Services in Essex.
Reference number: ACE-0282-2017-MID
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS Mid Essex Clinical Commissioning Group (CCG) is inviting providers of Domiciliary Care Services across the Essex footprint to apply for the Provision of Domiciliary Care Services in Essex. NHS Mid Essex CCG is running an Any Qualified Provider process, whereby any Provider who passes the financial and quality standards will be awarded a place on the AQP.
It is anticipated that delivery of the services will begin in October 2017. Any contract that is competed for will cover the provision of Domiciliary Care Services to Mid Essex CCG. The contract duration will be for a period of 2 years with the option to extend for a further 12 months.
II.1.5) Estimated total value
Value excluding VAT:
14 200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKH3
Main site or place of performance:
Essex.
II.2.4) Description of the procurement
It is possible that in future the programme of work will cover the 7 Clinical Commissioning Groups (CCGs), these Commissioning Authorities are:
— North East Essex Clinical Commissioning Group;
— Mid Essex Clinical Commissioning Group;
— West Essex Clinical Commissioning Group;
— Basildon & Brentwood Clinical Commissioning Group;
— Thurrock Clinical Commissioning Group;
— Southend Clinical Commissioning Group; and
— Castle Point and Rochford Clinical Commissioning Group.
The overall project aims of the Domiciliary Care Services are to:
— Increase the quality of life for service users;
— Assure quality of services and patient satisfaction;
— Evidence best value for publicly funded services;
— Establish common and robust;
— Facilitate equitable choices for service users.
The procurement will be an AQP open to all Providers currently in the Domiciliary Care Services market or considering a move into the market within the geographic area. It is anticipated that delivery of the services will begin in October 2017. Any contract that is competed for will cover the provision of Domiciliary Care Services to Mid Essex CCG. All Providers meeting the minimum quality standards and pricing thresholds will be awarded a place on the AQP. The contract duration will be for a period of 2 years with the option to extend for a further 12 months.
To register interest in applying, please go to https://attain.bravosolution.co.uk
Click on ‘Register here’ and follow the on screen instructions.
Please note that expressions of interest will not be accepted by any means other than through the Bravo e-tendering system.
The closing date for submitting registering attendance is 17:00 noon on 25.8.2017
The Services to which this Procurement relates fall within Schedule 3 of the Public Contracts Regulations 2015 (the ‘Regulations’). As such, the procurement of the Services is being run as a bespoke, single stage application process akin to the Open procedure, involving a number of stages which are outlined within the suite of procurement documents. The Contracting Authority does not intend to hold itself bound by any of the Regulations, save those applicable to Schedule 3 Services.
Disclaimer:
This advert is intended only to elicit information. Responders to this advert should note that no concessions, contracts or other arrangements will be awarded pursuant to this advert. Responding, or not responding, to this advert will neither increase nor decrease any provider's chances of being awarded a contract from any subsequent Invitation to Tender process. The CCG shall not be responsible for any costs or expenses incurred by respondents to this AQP in preparing and / or submitting such responses.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
21 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Full details can be found in the procurement documentation.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2017/S 083-160796
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
25/08/2017
Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
25/08/2017
Local time: 17:00
Place:
Electronic online portal.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
6 months.
VI.4) Procedures for review
VI.4.1) Review body
NHS Mid Essex CCG
Wren House, Colchester Rd
Chelmsford
CM2 5PF
UK
VI.5) Date of dispatch of this notice
31/07/2017