Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

SWCSU — Somerset CCG-NHS 111 and Primary Care Out of Hours services in two Lots.

  • First published: 18 February 2014
  • Last modified: 18 February 2014

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
NHS Somerset CCG
Authority ID:
AA21055
Publication date:
18 February 2014
Deadline date:
20 March 2014
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NHS Somerset Clinical Commissioning Group (‘the CCG’) is responsible for commissioning NHS 111 and Primary Care Out of Hours Services for the population of Somerset. The CCG wishes to re-procure both services during the summer of 2014 with the new providers commencing services in Early May 2015. These services will be procured in two lots: Lot 1- NHS 111 and Lot 2- Primary Care Out of Hours Services.

Lot 1 — NHS 111

The NHS 111 Service is specified nationally so that a consistent core identity and quality of service is maintained across the country. The service is commissioned locally by the NHS in a way that is most appropriate for any given area.

It is anticipated that the revised NHS 111 Specification will have been released by Spring/Summer 2014.

The principal aims of the NHS 111 service are to:

— improve the public experience accessing urgent healthcare;

— get people to the right service first time, including self-care where appropriate;

— provide NHS Somerset CCG with management information regarding usage of services;

— reduce health inequalities by improving access.

Lot 2 — Primary Care Out of Hours Services

The aims of the Service are to provide a clinically safe and competent OOH Service accessible to the local population across Somerset. The Service is to provide access to unplanned urgent care, working in partnership with the wider urgent care system across primary, community, secondary health and social care.

General information

The Commissioners are seeking innovative and value for money solutions for the delivery of Lot 1 and Lot 2.

The above is not exhaustive and full details on the required services will be outlined in the service specification as part of the contract documents for those Bidders invited to tender.

TUPE of most existing staff will apply.

Further information is provided in the Memorandum of Information (MOI) and Pre Qualifying Questionnaire (PQQ).

NHS South West Commissioning Support will be conducting this procurement on behalf of NHS Somerset CCG.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


NHS Somerset Clinical Commissioning Group

Wynford House, Lufton Way, Somerset

Yeovil

BA22 8HR

UK

Steve Redman, Clinical Procurement Manager, SW Commissioning Support Unit

+44 1935381977

steve.redman@swcsu.nhs.uk





Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

SWCSU — Somerset CCG-NHS 111 and Primary Care Out of Hours services in two Lots.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

25

II.1.2)

Main site or location of works, place of delivery or performance

Somerset.



UKK23

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

NHS Somerset Clinical Commissioning Group (‘the CCG’) is responsible for commissioning NHS 111 and Primary Care Out of Hours Services for the population of Somerset. The CCG wishes to re-procure both services during the summer of 2014 with the new providers commencing services in Early May 2015. These services will be procured in two lots: Lot 1- NHS 111 and Lot 2- Primary Care Out of Hours Services.

Lot 1 — NHS 111

The NHS 111 Service is specified nationally so that a consistent core identity and quality of service is maintained across the country. The service is commissioned locally by the NHS in a way that is most appropriate for any given area.

It is anticipated that the revised NHS 111 Specification will have been released by Spring/Summer 2014.

The principal aims of the NHS 111 service are to:

— improve the public experience accessing urgent healthcare;

— get people to the right service first time, including self-care where appropriate;

— provide NHS Somerset CCG with management information regarding usage of services;

— reduce health inequalities by improving access.

Lot 2 — Primary Care Out of Hours Services

The aims of the Service are to provide a clinically safe and competent OOH Service accessible to the local population across Somerset. The Service is to provide access to unplanned urgent care, working in partnership with the wider urgent care system across primary, community, secondary health and social care.

General information

The Commissioners are seeking innovative and value for money solutions for the delivery of Lot 1 and Lot 2.

The above is not exhaustive and full details on the required services will be outlined in the service specification as part of the contract documents for those Bidders invited to tender.

TUPE of most existing staff will apply.

Further information is provided in the Memorandum of Information (MOI) and Pre Qualifying Questionnaire (PQQ).

NHS South West Commissioning Support will be conducting this procurement on behalf of NHS Somerset CCG.

II.1.6)

Common Procurement Vocabulary (CPV)

85100000
79510000
85120000
85140000
85141000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Unchecked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

NHS Somerset CCG is responsible for commissioning NHS 111 and Primary Care Out of Hours Services for the population of Somerset. The CCG wishes to re-procure both services during the summer of 2014 with the new providers commencing services in Early May 2015. These services will be procured in lots with Lot 1- NHS 111 and Lot 2- Primary Care Out of Hours Services.

Lot 1 — NHS 111

The NHS 111 Service is specified nationally so that a consistent core identity and quality of service is maintained across the country. The service is commissioned locally by the NHS in a way that is most appropriate for any given area.

It is anticipated that the revised NHS 111 Specification will have been released by Spring/Summer 2014.

The principal aims of the NHS 111 service are to:

— improve the public experience accessing urgent healthcare;

— get people to the right service first time, including self-care where appropriate;

— provide NHS Somerset CCG with management information regarding usage of services;

— reduce health inequalities by improving access.

Lot 2 — Primary Care Out of Hours Services

The aims of the Service are to provide a clinically safe and competent OOH Service accessible to the local population across Somerset. The Service is to provide access to unplanned urgent care, working in partnership with the wider urgent care system across primary, community, secondary health and social care.

General information

The commissioners are seeking innovative and value for money solutions for the delivery of Lot 1 and Lot 2.

The above is not exhaustive and full details on the required services will be outlined in the service specification as part of the contract documents for those Bidders invited to tender.

TUPE of most existing staff will apply.

34 000 00047 600 000
GBP

II.2.2)

Options

Ability to extend any awarded contracts for a period of up to 24 months.

Provisional timetable for recourse to these options

Number of possible renewals

2

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

60

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Parent company and other guarantees may be required in certain circumstances see the invitation to tender for further details.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

Joint and severable liability.

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


The CCG will also be utilising the supplier information database (SID4Gov) to manage and assess general pre-qualification information in the form of a profile. As well as responding to the tender via TACTICA, candidates are requested to provide or update their profile on the SID4Gov as follows:

a) candidates should register on SID4Gov at https://sid4gov.cabinetoffice.gov.uk/ by clicking on the ‘Register for sid4gov’ option listed under ‘Join Us’.

b) to continue with the registration process Suppliers must have a current DUNS Number. If a Supplier does not have a DUNS Number there is a link to the D&B UK website to request a DUNS Supplier Number.

c) Suppliers who already have a published profile on SID4Gov must confirm that information is up to date; i) candidates should ensure all relevant sections of their SID4Gov profile are completed to demonstrate their ability to meet the short listing criteria applicable to this contract. Where access to SID4Gov is unavailable, please contact SID4Gov Support Centre on +44 8452992994.

Please note all responses to OJEU should be made through TACTICA eSOURCING system — registration is required on SID4GOV to update or provide company profiles only.

III.2.2)

Economic and financial capacity


As per III.2.1. above.




III.2.3)

Technical capacity


As per III.2.1. above.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

No

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Unchecked box
Unchecked box Checked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

6

Objective criteria for choosing the limited number of candidates

We will be utilising a Pre-Qualification Questionnaire to shortlist candidates for participation.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

Yes


No

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 20-03-2014  18:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

The contracts will be for a 5 year period with an option to extend for up to 24 months. To receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register your interest to this tender on the following site: https://tactica-live.advanced365.com

This is a procurement for services specified in part B of schedule 3 of the Public Contracts Regulations 2006 (‘Part B services’). Accordingly, and notwithstanding the advertising of this procurement exercise in the Official Journal, the Public Contracts Regulations 2006 (as amended) (the ‘Regulations’) only apply in part. The procurement exercise will be conducted in accordance with the information contained in the tender documentation.

The CCG has voluntarily advertised this procurement exercise in the Official Journal, solely in order to reach as wide an audience as possible. The CCG has been constrained by the forms used by the Publications Office to describe the procurement procedure as ‘Negotiated’ but does not bind itself to conduct the procurement process in accordance with the Negotiated Procedure, as described in the Regulations, nor to abide by any other part of the Regulations which does not expressly apply to procurements for part B services. Neither a reference during or after this procurement process to the Regulations or the use of language or terminology common to the Regulations shall require the CCG to conduct a full procurement in accordance with the Regulations. This notice is being placed for advertising purposes only.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

The Somerset CCG will allow a minimum 10 calendar day standstill period between notifying the award decision and awarding the contract. Unsuccessful tenderers and applicants are entitled to receive reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the tenderer/applicant was unsuccessful. Should additional information be required it should be requested of the addressee in section I.1. Aggrieved parties who have been harmed or are at risk of harm by breach of the procurement rules have the right to take action in the High Court (England and Wales). Any such action is subject to strict time limits and must be brought in accordance with the Public Contracts Regulations 2006 as amended by the Public Contracts (Amendment) Regulations 2009 and the Public Procurement (Miscellaneous Amendments) Regulations 2011.

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 14-02-2014

ANNEX B

Information About Lots

1     Somerset CCG — NHS 111 service

1)

Short Description

Lot 1- NHS 111

The NHS 111 Service is specified nationally so that a consistent core identity and quality of service is maintained across the country. The service is commissioned locally by the NHS in a way that is most appropriate for any given area.

It is anticipated that the revised NHS 111 Specification will have been released by Spring/Summer 2014.

The principal aims of the NHS 111 service are to:

— improve the public experience accessing urgent healthcare;

— get people to the right service first time, including self-care where appropriate;

— provide NHS Somerset CCG with management information regarding usage of services;

— reduce health inequalities by improving access.

General information

The commissioners are seeking innovative and value for money solutions for the delivery of Lot 1.

The above is not exhaustive and full details on the required services will be outlined in the service specification as part of the contract documents for those Bidders invited to tender.

TUPE of most existing staff will apply.

2)

Common Procurement Vocabulary (CPV)

85100000
79510000
85120000
85140000
85141000

3)

Quantity or scope



7 000 0009 800 000  GBP.

4)

Indication about different contract dates

5)

Additional Information about lots

The contract will be for a 5 year period with an option to extend for up to 24 months. To receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register your interest to this tender on the following site: https://tactica-live.advanced365.com

This is a procurement for services specified in part B of schedule 3 of the Public Contracts Regulations 2006 (‘Part B services’). Accordingly, and notwithstanding the advertising of this procurement exercise in the Official Journal, the Public Contracts Regulations 2006 (as amended) (the ‘Regulations’) only apply in part. The procurement exercise will be conducted in accordance with the information contained in the tender documentation.

The CCG has voluntarily advertised this procurement exercise in the Official Journal, solely in order to reach as wide an audience as possible. The CCG has been constrained by the forms used by the Publications Office to describe the procurement procedure as ‘Negotiated’ but does not bind itself to conduct the procurement process in accordance with the Negotiated Procedure, as described in the Regulations, nor to abide by any other part of the Regulations which does not expressly apply to procurements for part B services. Neither a reference during or after this procurement process to the Regulations or the use of language or terminology common to the Regulations shall require the CCG to conduct a full procurement in accordance with the Regulations. This notice is being placed for advertising purposes only.

ANNEX B

Information About Lots

2     NHS Somerset CCG - Primary Care Out of Hours Services

1)

Short Description

Lot 2- Primary Care Out of Hours Services

The aims of the Service are to provide a clinically safe and competent OOH Service accessible to the local population across Somerset. The Service is to provide access to unplanned urgent care, working in partnership with the wider urgent care system across primary, community, secondary health and social care.

General information

The commissioners are seeking innovative and value for money solutions for the delivery of Lot 2.

The above is not exhaustive and full details on the required services will be outlined in the service specification as part of the contract documents for those Bidders invited to tender.

TUPE of most existing staff will apply.

2)

Common Procurement Vocabulary (CPV)

85100000
79510000
85120000
85140000
85141000

3)

Quantity or scope



27 000 00037 800 000  GBP.

4)

Indication about different contract dates

5)

Additional Information about lots

The contract will be for a 5 year period with an option to extend for up to 24 months. To receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register your interest to this tender on the following site: https://tactica-live.advanced365.com

This is a procurement for services specified in part B of schedule 3 of the Public Contracts Regulations 2006 (‘Part B services’). Accordingly, and notwithstanding the advertising of this procurement exercise in the Official Journal, the Public Contracts Regulations 2006 (as amended) (the ‘Regulations’) only apply in part. The procurement exercise will be conducted in accordance with the information contained in the tender documentation.

The CCG has voluntarily advertised this procurement exercise in the Official Journal, solely in order to reach as wide an audience as possible. The CCG has been constrained by the forms used by the Publications Office to describe the procurement procedure as ‘Negotiated’ but does not bind itself to conduct the procurement process in accordance with the Negotiated Procedure, as described in the Regulations, nor to abide by any other part of the Regulations which does not expressly apply to procurements for part B services. Neither a reference during or after this procurement process to the Regulations or the use of language or terminology common to the Regulations shall require the CCG to conduct a full procurement in accordance with the Regulations. This notice is being placed for advertising purposes only.


Coding

Commodity categories

ID Title Parent category
85100000 Health services Health and social work services
85120000 Medical practice and related services Health services
85140000 Miscellaneous health services Health services
85141000 Services provided by medical personnel Miscellaneous health services
79510000 Telephone-answering services Office-support services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
steve.redman@swcsu.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.