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 |
|
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authoritySWCSU — 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 contract25 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Somerset.
UKK23 |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
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 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots Yes
|
|
|
|
|
|
|
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeNHS 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)
|
OptionsAbility to extend any awarded contracts for a period of up to 24 months. |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals2 |
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion60 |
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
|
|
|
|
|
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
|
|
|
|
|
|
|
|
|
|
|
|
|
|
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 participate6 |
|
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
|
|
|
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
|
|
|
|
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
|
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 |
|
|
|
|
|
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 |
|
|
|
|
|
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.
|
|