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

National Flexible Framework for the provision of On-Site Surgical and Medical Capacity Solutions

  • First published: 21 June 2023
  • Last modified: 21 June 2023

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:
ocds-h6vhtk-02c090
Published by:
Countess of Chester Hospital NHS Foundation Trust
Authority ID:
AA20287
Publication date:
21 June 2023
Deadline date:
25 July 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The overall aims of the Services are to provide NHS Organisations with fully compliant solutions which supplement the delivery of patient care by NHS Organisations in line with the NHS’ core Key Performance Indicators and standards including but not limited to:

• A&E 4 hour wait targets;

• elective 18 week Referral to Treatment targets;

• cancelled procedures targets;

• bed availability and utilisation targets;

• timely and appropriate diagnostic testing targets;

• urgent 2 week GP referral rules for suspected cancer; and

• any core targets and standards introduced over the term of this framework.

The Services will aim:

• To provide high quality support that can be called upon at relatively short notice.

• To prevent inappropriate waiting times for patients and assist NHS Organisations in meeting national targets and guidelines.

• To enable delivery of a Patient Pathway from referral to treatment that removes unnecessary delay in treatment.

• To deliver treatment that is safe and effective in facilities that are owned and operated by an NHS Organisation (that is to deliver an “insourcing” service).

• To establish a positive working relationship between an NHS Organisation and the Supplier to facilitate and maximise service delivery, the emphasis being on timely, quality, cost effective, evidence-based care, with appropriate clinical protocols and audit where possible.

• To provide medical, nursing or other staff as a part of the Services to perform clinical and support activities, including therapies and administration.

• To help Trusts to avoid unnecessary, inappropriate primary and secondary referrals.

• To provide tailored audit and review processes with national and locally agreed Key Performance Indicators.

The Services will cover the full range of Surgical and Medical specialties and sub-specialities, including but not limited to:

• Surgical specialties

o Cardiothoracic

o General

o Neurosurgery

o Oral & maxillofacial (including minor oral surgery)

o Ophthalmic

o Otolaryngology (ENT)

o Paediatric

o Plastic

o Trauma & orthopaedic

o Urology

o Vascular

• Medical specialties

o Anaesthesia

o Clinical oncology

o Clinical radiology

o Emergency medicine

o Intensive care medicine

o Medicine

o Acute internal medicine

o Allergy

o Audiovestibular medicine

o Cardiology

o Clinical Genetics

o Clinical neurophysiology

o Clinical pharmacology and therapeutics

o Dermatology

o Endocrinology and diabetes

o Gastroenterology

o General internal medicine

o Genitourinary medicine

o Geriatric medicine

o Immunology

o Infectious diseases

o Medical oncology

o Medical ophthalmology

o Neurology

o Nuclear Medicine

o Otolaryngology (ENT)

o Palliative medicine

o Pharmaceutical medicine

o Rehabilitation medicine

o Renal medicine

o Respiratory medicine

o Rheumatology

o Sport and exercise medicine

o Stroke medicine

o Tropical medicine

o Obstetrics and gynaecology

o Occupational medicine

o Ophthalmology

o Paediatrics

o Paediatric cardiology

o Paediatrics

o Pathology

o Chemical pathology

o Haematology

o Histopathology

o Medical microbiology and virology

o Psychiatry

o Child and adolescent psychiatry

o Forensic psychiatry

o General psychiatry

o Liaison psychiatry

o Medical psychotherapy

o Old age psychiatry

o Psychiatry of intellectual disability

The Supplier will offer managed solutions covering full or partial Patient Pathways (e.g. outpatients, diagnostics, surgery, ward, administration). The extent to which the Supplier manages

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Countess of Chester Hospital NHS Foundation Trust

Liverpool Road

Chester

CH2 1UL

UK

E-mail: info@coch-cps.co.uk

NUTS: UKD63

Internet address(es)

Main address: https://www.coch.nhs.uk/

I.1) Name and addresses

The eligible users of the proposed framework agreement are available for unrestricted and full direct access, free of charge at: www.nhssourcing.co.uk

UK

UK

E-mail: info@coch-cps.co.uk

NUTS: UK

Internet address(es)

Main address: www.nhssourcing.co.uk

I.2) Joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.nhssourcing.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.nhssourcing.co.uk


Tenders or requests to participate must be sent to the abovementioned address


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

National Flexible Framework for the provision of On-Site Surgical and Medical Capacity Solutions

Reference number: F/044/OSMCS/21/IB

II.1.2) Main CPV code

85111000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The NHS is facing a period of intense pressure to reduce waiting lists. Trusts are looking towards innovative solutions to help reduce their referral to treatment times and increase efficiency through better utilisation of their existing facilities.

NHS Trusts may find it difficult to meet referral to treatment (RTT) targets due to lack of capacity. Locum staff can fill gaps but Trusts still need to manage the patient pathway which may not be possible outside normal hours (e.g. evenings & weekends). On-site Surgical and Medical Capacity Solutions (sometime known as “Insourcing”) will act in a complementary way to partially or totally manage the Pathway for referred Patients.

This Framework Agreement will facilitate maximisation of in-house capacity to a level that the Participating Authorities can reduce the need for additional mobile facilities and outsourcing. At the same time, in-patient and out-patient waiting times will be reduced, referrals will be expedited, service quality will be improved and patient satisfaction will be positively impacted.

The Countess of Chester Hospital NHS Foundation Trust’s Commercial Procurement Service seeks to introduce a new, flexible commercial Framework Agreement which will allow UK public bodies to procure on-site surgical and medical capacity solutions. This will enable Participating Authorities to act quickly in realising efficiencies.

The services in scope of this procurement process are healthcare services which fall under ‘social and other specific services’ in Section 7 of the Public Contracts Regulations 2015 (‘PCR’) (as amended). In accordance with Regulation 76 PCR, the process is to set up a framework agreement and will follow a procedure similar to the open procedure. However, the Framework Manager and the contracting authorities using the framework are only bound by the parts of the PCR that specifically apply to social and other specific services.

For the avoidance of doubt, the rules that apply to the open procedure under Regulation 27 and framework agreements under Regulation 33 do not apply to this procurement. All providers that meet the minimum requirements set out under the procurement process will be appointed to the framework agreement. There will be no maximum number of providers appointed.

As previously advertised in Contract Notice 2021/S 000-014621 the Framework will be re-opened to new applicants annually, approximately 90 days before the anniversary of the Framework Commencement Date. Previously appointed Suppliers will NOT be obliged to re-apply on an annual basis. Framework Suppliers appointed on the first anniversary of the Framework Commencement Date will be awarded a Framework Agreement of up to 3 years duration; Framework Suppliers appointed on the second anniversary of the Framework Commencement Date will be awarded a Framework Agreement of up to 2 years duration and Framework Suppliers appointed on the third anniversary of the Framework Commencement Date will be awarded a Framework Agreement of up to 1 year duration.

The ITT process will be as described in this document. New appointments to the Framework will commence on each anniversary of the Framework Commencement Date.

This ITT concerns the second re-opening of the Framework to new applicants.

II.1.5) Estimated total value

Value excluding VAT: 816 000 000.00  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:

UK

II.2.4) Description of the procurement

The overall aims of the Services are to provide NHS Organisations with fully compliant solutions which supplement the delivery of patient care by NHS Organisations in line with the NHS’ core Key Performance Indicators and standards including but not limited to:

• A&E 4 hour wait targets;

• elective 18 week Referral to Treatment targets;

• cancelled procedures targets;

• bed availability and utilisation targets;

• timely and appropriate diagnostic testing targets;

• urgent 2 week GP referral rules for suspected cancer; and

• any core targets and standards introduced over the term of this framework.

The Services will aim:

• To provide high quality support that can be called upon at relatively short notice.

• To prevent inappropriate waiting times for patients and assist NHS Organisations in meeting national targets and guidelines.

• To enable delivery of a Patient Pathway from referral to treatment that removes unnecessary delay in treatment.

• To deliver treatment that is safe and effective in facilities that are owned and operated by an NHS Organisation (that is to deliver an “insourcing” service).

• To establish a positive working relationship between an NHS Organisation and the Supplier to facilitate and maximise service delivery, the emphasis being on timely, quality, cost effective, evidence-based care, with appropriate clinical protocols and audit where possible.

• To provide medical, nursing or other staff as a part of the Services to perform clinical and support activities, including therapies and administration.

• To help Trusts to avoid unnecessary, inappropriate primary and secondary referrals.

• To provide tailored audit and review processes with national and locally agreed Key Performance Indicators.

The Services will cover the full range of Surgical and Medical specialties and sub-specialities, including but not limited to:

• Surgical specialties

o Cardiothoracic

o General

o Neurosurgery

o Oral & maxillofacial (including minor oral surgery)

o Ophthalmic

o Otolaryngology (ENT)

o Paediatric

o Plastic

o Trauma & orthopaedic

o Urology

o Vascular

• Medical specialties

o Anaesthesia

o Clinical oncology

o Clinical radiology

o Emergency medicine

o Intensive care medicine

o Medicine

o Acute internal medicine

o Allergy

o Audiovestibular medicine

o Cardiology

o Clinical Genetics

o Clinical neurophysiology

o Clinical pharmacology and therapeutics

o Dermatology

o Endocrinology and diabetes

o Gastroenterology

o General internal medicine

o Genitourinary medicine

o Geriatric medicine

o Immunology

o Infectious diseases

o Medical oncology

o Medical ophthalmology

o Neurology

o Nuclear Medicine

o Otolaryngology (ENT)

o Palliative medicine

o Pharmaceutical medicine

o Rehabilitation medicine

o Renal medicine

o Respiratory medicine

o Rheumatology

o Sport and exercise medicine

o Stroke medicine

o Tropical medicine

o Obstetrics and gynaecology

o Occupational medicine

o Ophthalmology

o Paediatrics

o Paediatric cardiology

o Paediatrics

o Pathology

o Chemical pathology

o Haematology

o Histopathology

o Medical microbiology and virology

o Psychiatry

o Child and adolescent psychiatry

o Forensic psychiatry

o General psychiatry

o Liaison psychiatry

o Medical psychotherapy

o Old age psychiatry

o Psychiatry of intellectual disability

The Supplier will offer managed solutions covering full or partial Patient Pathways (e.g. outpatients, diagnostics, surgery, ward, administration). The extent to which the Supplier manages Patient Pathways will be agreed with the NHS Organisation and described in the Call Off Contract Project Specification. Any prescribing requirement will be agreed with the NHS Organisation and described in the Call Off Contract Specification.

The Services may include Patient Pathway management tools, such as digital pathway management and digital triage solutions.

The Services may include the sourcing by the Supplier of additional high quality capital equipment and/or infrastructure upgrades.

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: 816 000 000.00  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: Yes

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.1.2) 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: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-014621

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 25/07/2023

Local time: 14:00

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: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 27/07/2023

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Supplier instructions how to express interest and bid:

1) Browse to the esourcing portal https://www.nhssourcing.co.uk and click on view current opportunities;

2) Register your organisation on the eSourcing portal (this is only required once);

3) Accept the portal terms and conditions and click 'continue', enter your organisation and user details; note the username you chose and click 'Save' when complete; you will shortly receive an e-mail with your unique password (please keep this secure);

4) Login to the portal with the username/password;

5) Click the 'PQQs/ITTs Open To All Suppliers' link. (These are pre-qualification

questionnaires or invitations to tender open to any registered supplier);

6) Select the title of the ITT;

7) Click the 'Express Interest' button at the top of the page. This will move the PQQ/ITT into your 'My PQQs/My ITTs' page. (This is a secure area reserved for your projects only). You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ITT Details' box;

8) Review the ITT documents;

9) Responding to the ITT. Click 'My Response' under 'PQQ/ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining). You can now use the messages function to communicate with the buyer and seek any clarification. Note the deadline for completion, then follow the on-screen instructions to complete the ITT

There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.

VI.4) Procedures for review

VI.4.1) Review body

Countess of Chester Hospital NHS Foundation Trust

Chester

UK

VI.5) Date of dispatch of this notice

20/06/2023

Coding

Commodity categories

ID Title Parent category
85111000 Hospital services Hospital and related 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:
info@coch-cps.co.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.