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 |
Yeovil |
BA22 8HR |
UK |
Steve Redman, Clinical Procurement Manager — SWCSU |
+44 1935381977 |
steve.redman@swcsu.nhs.uk |
|
https://tactica-live.advanced365.com/login.asp
https://tactica-live.advanced365.com/login.asp
|
|
|
|
|
|
|
|
|
|
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 - Wheelchair Lead Provider Services. |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract1 |
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)
A new wheelchair pathway for Somerset has been devised that substantially alters the traditional model of Service delivery to wheelchair users in Somerset. Wheelchairs and seating is usually provided as a tertiary service from specialist centres, of which none are based within Somerset. The anticipated population of wheelchair users in Somerset is 8,200. Typically the users are often children and older people, for which a wheelchair forms only one part of their overall health and social care needs, and for whom traveling to appointments or clinics is a barrier through both physical needs and the rural nature of Somerset. Providers should consult the Somerset CCG Joint Strategic Needs Assessment for more details on the demographics and health of the population at www.somersetccg.nhs.uk
Somerset Clinical Commissioning Group (CCG) is seeking to appoint a suitably qualified and experienced service provider as the lead provider in the development and delivery of the whole pathway, with specific remit for delivering the specialist wheelchair and seating assessments and provision of equipment logistics elements of the Wheelchair Pathway within Somerset. This intends to integrate wheelchair provision into the individuals holistic care plan, increase choice and quality of care, and bring care closer to home.
The successful bidder will need to develop an infrastructure within Somerset from which to deliver services, which may mean working alongside Health Service providers, the local authority and independent sector.
Somerset CCG is looking for an innovative provider that will understand the principles of the whole pathway and develop the operational practices that will achieve the pathway and patient outcomes; broadening and driving improvements across the wheelchair Pathway.
Delivering this new innovative service will require an understanding of the geography, transport links and travel times within the county.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
50421100 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
Yes |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeSomerset CCG are looking for a provider that will lead innovation and development of a new approach to wheelchair provision, in collaboration with local health and social care services.
The Wheelchair Pathway Lead Provider service includes:
— Local Extended Scope Wheelchair Assessments.
— Local Equipment Logistics Service.
— Infrastructure in Somerset for both Assessment and Equipment provision.
The potential provider will be required to work closely with the local health and social care services to deliver an overall seamless pathway.
To achieve the aims of the service, any potential service provider will need to demonstrate how they intend to create a holistic model of care that takes into consideration mental health, transport and social care needs. In addition the strands of the Equality and Diversity model will need to be catered for.
The estimated value per annum is £2,000,000 with an initial contract length of 60 months.
There will be a possibility of one extension for a period up to a 24 months at the CCG's discretion
Further details relating to this procurement are available from the MOI obtainable via the Tactica system. |
|
14 000 000 GBP |
II.2.2)
|
OptionsThere will be a possibility of one extension for a period up to a 24 months at the CCG's discretion. |
|
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 completion84 |
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
Any supplier may be disqualified who does not respond to the following in the requisite manner:
1) Suppliers are required to express an interest in the OJEU process and complete PQQ documents (where applicable) via the Trusts eSourcing system TACTICA - which is accessed at https://tactica-live.advanced365.com - please make sure that you are registered to avoid any future delays.
2) Information and formalities necessary for evaluating if requirements are met:
(a) Is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) Has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) Has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) Is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) Has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) Has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
Bidders who have been convicted of a Bribery Act 2010 offence under section 1 (offences relating to bribing another person) or section 6 (bribery of foreign public officials) will be excluded.
In addition to the Provisions of Freedom of Information Act, Bidders will have due regard to the Trusts obligations on Transparency which are set out in more detail at
www.businesslink.gov.uk/transparency/procurement and all offers will be submitted on the basis that the contract when awarded may be published in full in accordance with H M Government Transparency Guidance.
The CCG will also be utilising the 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 http://gps.cabinetoffice.gov.uk/i-am-buyer/registration-sid4gov by.
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.
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 participate314 |
|
Objective criteria for choosing the limited number of candidates
CCG will be using a Pre Qualification Question.
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
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
RFT 3991.
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
2013/S 165-286721 27-08-2013
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 08-04-2014
17:00 |
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
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
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
NHS Somerset CCG |
Wynford House Lufton Way |
Yeovil |
BA22 8HR |
UK |
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
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 07-03-2014 |